STEM Building Furniture (Complete Packet)

expired opportunity(Expired)
From: Michigan State University(Higher Education)
588688

Basic Details

started - 04 Sep, 2020 (about 3 years ago)

Start Date

04 Sep, 2020 (about 3 years ago)
due - 25 Sep, 2020 (about 3 years ago)

Due Date

25 Sep, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
588688

Identifier

588688
Michigan State University

Customer / Agency

Michigan State University
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

REQUEST FOR PROPOSAL RFP #588688 STEM BUILDING (CP 17133) FURNITURE AND EQUIPEMENT RFP Timeline RFP Issue Date: September 4th, 2020 Deadline for Respondent Questions to MSU: September 17th, 2020 RFP Response Due Date: September 25th, 2020, 3:00 pm Eastern Virtual Vendor RFP Response Presentations: October 1-2nd, 2020 Estimated Contract Award October 12th, 2020 RFP Contact Name: Matthew A. Uebel Email: uebelmat@msu.edu Phone: (517) 355-1700 DESCRIPTION: Michigan State University (the “University” or “MSU”) is soliciting proposals through this Request for Proposal (“RFP”) for the purpose of procuring interior furnishing, including chairs, stools, tables, lab tables, and workstations for the new STEM Teaching, Learning, and Interdisciplinary Research Facility. The requested services are more thoroughly described under the Scope of Services Section of this RFP. Firms intending to respond to this RFP are referred to herein as a
“Bidder,” “Respondent,” “Supplier,” or “Vendor.” mailto:uebelmat@msu.edu PROPOSAL INSTRUCTIONS 1. PROPOSAL PREPARATION. The University recommends reading all RFP materials prior to preparing a proposal, particularly these Proposal Instructions. Respondents must follow these Proposal Instructions and provide a complete response to the items indicated in the table below. References and links to websites or external sources may not be used in lieu of providing the information requested in the RFP within the proposal. Include the Respondent’s company name in the header of all documents submitted with your proposal. Document Description Response Instructions Cover Page Provides RFP title and number, important dates, and contact information for MSU Informational Proposal Instructions Provides RFP instructions to Respondents Informational Scope of Work Describes the intended Scope of Work for the RFP Informational Bid Form Pricing for goods and services sought by the University through this RFP Respondent must complete and submit by proposal deadline Master Service Agreement Provides legal terms for a contract awarded through this RFP Deemed accepted by Respondent unless information required in Section 8, Master Service Agreement is submitted by proposal deadline 2. EXPECTED RFP TIMELINE. RFP Timeline RFP Issue Date: September 4th, 2020 Deadline for Respondent Questions to MSU: September 17th, 2020 RFP Response Due Date: September 25th, 2020, 3:00 pm Eastern Virtual Vendor RFP Response Presentations: October 1-2nd, 2020 Estimated Contract Award October 12th, 2020 3. CONTACT INFORMATION FOR THE UNIVERSITY. The sole point of contact for the University concerning this RFP is listed on the Cover Page. Contacting any other University personnel, agent, consultant, or representative about this RFP may result in Respondent disqualification. 4. QUESTIONS. Respondent questions about this RFP must be submitted electronically by email to the contact listed on the cover page of this RFP. In the interest of transparency, only written questions are accepted. Answers to all questions will be sent to Respondents via email. Submit questions by referencing the following: (i) Question Number, (ii) Document Name, (iii) Page Number, and (iv) Respondent Question. Please refer to Section 2 above for the deadline to submit questions. 5. MODIFICATIONS. The University may modify this RFP at any time. Modifications will be sent via email. This is the only method by which the RFP may be modified. 6. DELIVERY OF PROPOSAL. The Respondent must submit its proposal, all attachments, and any modifications or withdrawals electronically via email to the contact listed on the cover page of this RFP. The price proposal should be saved separately from all other proposal documents. The Respondent should submit all documents in a modifiable (native) format (examples include, but are not limited to: Microsoft Word or Excel and Google Docs or Sheets). In addition to submitting documents in a modifiable format, the Respondent may also submit copies of documents in PDF. Respondent’s failure to submit a proposal as required may result in disqualification. The proposal and attachments must be fully uploaded and submitted prior to the proposal deadline. Do not wait until the last minute to submit a proposal. The University may not allow a proposal to be submitted after the proposal deadline identified in the Cover Page, even if a portion of the proposal was already submitted. 7. EVALUATION PROCESS. The University will convene a team of individuals from various Departments within MSU to evaluate each proposal based on each Respondent’s ability to provide the required services, taking into consideration the overall cost to the University. The University may require an oral presentation of the Respondent's proposal; conduct interviews, research, reference checks, and background checks; and request additional price concessions at any point during the evaluation process. The following criteria will be used to evaluate each proposal: Criteria Overall Cost to the University Offered Product meeting the curated collection of the overall design intent of the project University Evaluation of Products Offered (e.g. product familiarity, warranty, functionality, product aesthetics, product availability) Certified Minority Business Enterprise (MBE) / Woman Business Enterprise (WBE) / Disadvantaged Business Enterprise (DBE) Michigan Based Business 8. MASTER SERVICE AGREEMENT. The University strongly encourages strict adherence to the terms and conditions set forth in the Master Service Agreement. The University reserves the right to deem a proposal non-responsive for failure to accept the Master Service Agreement. Nevertheless, the Respondent may submit proposed changes to the Master Service Agreement in track changes (i.e., visible edits) with an explanation of the Respondent’s need for each proposed change. Failure to include track changes with an explanation of the Respondent’s need for the proposed change constitutes the Respondent’s acceptance of the Master Service Agreement. General statements, such as “the Respondent reserves the right to negotiate the terms and conditions,” may be considered non- responsive. 9. CLARIFICATION REQUEST. The University reserves the right to issue a Clarification Request to a Respondent to clarify its proposal if the University determines the proposal is not clear. Failure to respond to a Clarification Request timely may be cause for disqualification. 10. RESERVATIONS. The University reserves the right to: a. Disqualify a Respondent for failure to follow these instructions. b. Discontinue the RFP process at any time for any or no reason. The issuance of an RFP, your preparation and submission of a proposal, and the University’s subsequent receipt and evaluation of your proposal does not commit the University to award a contract to you or anyone, even if all the requirements in the RFP are met. c. Consider late proposals if: (i) no other proposals are received; (ii) no complete proposals are received; (iii) the University received complete proposals, but the proposals did not meet mandatory minimum requirements or technical criteria; or (iv) the award process fails to result in an award. d. Consider an otherwise disqualified proposal, if no other proposals are received. e. Disqualify a proposal based on: (i) information provided by the Respondent in response to this RFP; or (ii) if it is determined that a Respondent purposely or willfully submitted false or misleading information in response to the RFP. f. Consider prior performance with the University in making its award decision. g. Consider total-cost-of-ownership factors (e.g., transition and training costs) when evaluating proposal pricing and in the final award. h. Refuse to award a contract to any Respondent that has outstanding debt with the University or has a legal dispute with the University. i. Require all Respondents to participate in a Best and Final Offer round of the RFP. j. Enter into negotiations with one or more Respondents on price, terms, technical requirements, or other deliverables. k. Award multiple, optional-use contracts, or award by type of service or good. l. Evaluate the proposal outside the scope identified in Section 7, Evaluation Process, if the University receives only one proposal. 11. AWARD RECOMMENDATION. The contract will be awarded to the responsive and responsible Respondent who offers the best value to the University, as determined by the University. Best value will be determined by the Respondent meeting the minimum requirements and offering the best combination of the factors in Section 7, Evaluation Process, and price, as demonstrated by the proposal. The University will email a Notice of Award to all Respondents. A Notice of Award does not constitute a contract, as the parties must reach final agreement on a signed contract before any services can be provided. 12. GENERAL CONDITIONS. The University will not be liable for any costs, expenses, or damages incurred by a Respondent participating in this solicitation. The Respondent agrees that its proposal will be considered an offer to do business with the University in accordance with its proposal, including the Professional Consulting Agreement, and that its proposal will be irrevocable and binding for a period of 180 calendar days from date of submission. If a contract is awarded to the Respondent, the University may, at its option, incorporate any part of the Respondent’s proposal into the contract. This RFP is not an offer to enter into a contract. This RFP may not provide a complete statement of the University’s needs, or contain all matters upon which agreement must be reached. Proposals submitted via email are the University’s property. 13. FREEDOM OF INFORMATION ACT. Respondent acknowledges that any responses, materials, correspondence or documents provided to the University may be subject to the State of Michigan Freedom of Information Act (“FOIA”), Michigan Compiled Law 15.231 et seq., and may be released to third parties in compliance with FOIA or any other law. SCOPE OF WORK Please address each of the sections below in a written response, which can be completed on a separate sheet (using the same section headings). 1. Background. In order to accommodate the significant growth in STEM related teaching and upgrade laboratory instructional space supporting STEM disciplines, MSU is building its first new teaching space in over 40 years. The STEM Teaching, Learning, and Interdisciplinary Research Facility is being constructed on the grounds of the prior Shaw Lane Power Plant. This facility will include 117,000 gross square feet of laboratory, instructional, and collaborative space to house undergraduate teaching laboratories, project laboratories, student commons, and gallery. It will also include studio space, an idea accelerator for faculty and students. In order to finish this start of the art space, MSU is seeking vendors to provide interior furnishing, including chairs, stools, tables, lab tables, and workstations. 2. General Requirements. a. Actual performance of the work per this RFP and resulting agreement will be as coordinated with the MSU Office of Planning and Budgets and Integrated Design Solutions i. Unless agreed to by the University in writing, supplier agrees to a multi phased installation. 1. Phase 1 (South STEM) start installation on/around February 1, 2020 and to complete installation no later than February 26, 2020. 2. Phase 2 (North STEM) start installation on/around March 1, 2020 and to complete installation no later than April 30, 2020. ii. Unless University agrees in writing, shipments will be considered FOB destination b. The University reserves the right, at its sole discretion, to award bid packages to separate suppliers. 3. Supplier Preferences a. Preferences may be given to respondents who can demonstrate the following: i. Certified Minority Business Enterprise (MBE) / Woman Business Enterprise (WBE) / Disadvantaged Business Enterprise (DBE), 1. To be considered, respondent is to provide evidence of certification ii. Michigan Based Business 1. To be considered, respondent is to provide evidence of State of Incorporation and/or MI based operations 4. Project Requirements a. Supplier agrees to the following: i. Supplier will provide a minimum of 5 years parts and labor warranty ii. As construction of the building will be complete at the time of installation, Supplier will be responsible for reimbursing University for all costs incurred by University when repairing any vendor caused damaged during unloading and installation of furniture iii. In an effort to minimize waste, all suppliers are encouraged to use the minimal amount of packaging to ensure safe and undamaged delivery. iv. Supplier shall be responsible for unpackaging and removing all packaging materials from University property at the end of each day v. Bidder shall equip staff with tools and safety equipment to meet all applicable MIOSHA and OSHA standards. Tools or safety equipment will not be provided to the bidder unless special arrangements are approved by the University. vi. Prior to completion of work, supplier is required to have installation inspected and approved by Integrated Design Solutions. 1. Any changes required by IPF shall be the responsibility of the supplier prior to final payment being issued by University vii. All unit prices shall include delivery and installation b. Voluntary Alternatives i. Unless specified, bidders may propose Voluntary Alternative items. If providing a Voluntary Alternative, bidder must provide a complete description of each Voluntary Alternative. This must include the specified Item Number along with catalog cut sheets and finish selections. Failure to provide this information will result in a “No Bid” for that line item. MSU has no obligation to accept any Voluntary Alternatives. c. Vendor Presentations i. At its sole discretion, MSU may schedule virtual sessions for vendors to present their proposals and design 5. Required Materials See following pages. Item Qty. Description Manufacturer/No. Material/Finish - Remark Location(s) C10A 120 LAB CHAIR (COLOR A) KI- STRIVE TASK CHAIR /SPDNAU --OR-- STEELCASE NODE/ 480230 POLYPROPYLENE TASK CANTILEVER ARM CHAIR SHELL: MANUFACTURER STANDARD SHELL (COLOR A) FRAME: MANUFACTURERS STANDARD COLOR UPHOSTERED SEAT PAD: MANUFACTURES STANDARD GRADE 3 FABRICS (120) 1202 PHYSICS LAB C10B 120 LAB CHAIR (COLOR B) KI- STRIVE TASK CHAIR /SPDNAU --OR-- STEELCASE NODE/ 480230 POLYPROPYLENE TASK CANTILEVER ARM CHAIR SHELL: MANUFACTURER STANDARD SHELL (COLOR B) FRAME: MANUFACTURERS STANDARD COLOR UPHOSTERED SEAT PAD: MANUFACTURES STANDARD GRADE 3 FABRICS (120) 2202 PHYSICS LAB C10C 120 LAB CHAIR (COLOR C) KI- STRIVE TASK CHAIR /SPDNAU --OR-- STEELCASE NODE/ 480230 POLYPROPYLENE TASK CANTILEVER ARM CHAIR SHELL: MANUFACTURER STANDARD SHELL (COLOR C) FRAME: MANUFACTURERS STANDARD COLOR UPHOSTERED SEAT PAD: MANUFACTURES STANDARD GRADE 3 FABRICS (120) 3202 PHYSICS LAB C1A 72 LAB CHAIR (COLOR A) KI- STRIVE TASK CHAIR /SPDCAP --OR-- STEELCASE NODE/ 480130 POLYPROPYLENE TASK CANTILEVER ARM CHAIR SHELL: MANUFACTURER STANDARD SHELL (COLOR A) FRAME: MANUFACTURERS STANDARD COLOR (12) 1200 COMMONS (60) 1201 COMPUTER SCIENCE LAB C1B 96 LAB CHAIR (COLOR B) KI- STRIVE TASK CHAIR /SPDCAP --OR-- STEELCASE NODE/ 480130 POLYPROPYLENE TASK CANTILEVER ARM CHAIR SHELL: MANUFACTURER STANDARD SHELL (COLOR B) FRAME: MANUFACTURERS STANDARD COLOR (24) 2004 DIDACTIC MATERIAL SCIENCE (60) 2201 COMPUTER SCIENCE (12) 2210 BREAKOUT C1C 124 LAB CHAIR (COLOR C) KI- STRIVE TASK CHAIR /SPDCAP --OR-- STEELCASE NODE/ 480130 POLYPROPYLENE TASK CANTILEVER ARM CHAIR SHELL: MANUFACTURER STANDARD SHELL (COLOR C) FRAME: MANUFACTURERS STANDARD COLOR (40) 3004 ORGANIC CHEMISTRY LAB (4) 3008B Office (8) 3108 TEACHER'S ASSISTANTS (60) 3201 COMPUTER SCIENCE (12) 3210 BREAKOUT Item Qty. Description Manufacturer/No. Material/Finish - Remark Location(s) C2A 160 LAB STOOL (COLOR A) KI- STRIVE TASK CHAIR /SPDCAP --OR-- STEELCASE NODE/ 480130 POLYPROPYLENE TASK CANTILEVER ARM STOOL SHELL: MANUFACTURER STANDARD SHELL (COLOR A) FRAME: MANUFACTURERS STANDARD COLOR (56) 1002 CELL + MOLECULAR BIOLOGY LAB (24) 1004 BIOLOGY PROJECT LAB (24) 1019 BIOLOGY PROJECT LAB (56) 1020 ORGANISMAL BIOLOGY LAB C2B 24 LAB STOOL (COLOR B) KI- STRIVE TASK CHAIR /SPDCAP --OR-- STEELCASE NODE/ 480130 POLYPROPYLENE TASK CANTILEVER ARM CHAIR SHELL: MANUFACTURER STANDARD SHELL (COLOR B) FRAME: MANUFACTURERS STANDARD COLOR (24) 2010 DIDACTIC ADVANCED MATERIAL SCIENCE C4A 4 LAB STOOL (COLOR A) CEF BISTRO STYLE METAL STOOL / MS-24 24" H STOOL NO BACK METAL COLOR: A (4) 1008 BIOLOGY PREP C4B 84 LAB STOOL (COLOR B) CEF BISTRO STYLE METAL STOOL / MS-24 24" H STOOL NO BACK METAL COLOR: B (40) 2002 GENERAL CHECMISTRY LAB (4) 2016 ADVANCED MATERIAL SCIENCE DIRTY (40) 2020 GENERAL CHEMISTRY LAB C4C 85 LAB STOOL (COLOR C) CEF BISTRO STYLE METAL STOOL / MS-24 24" H STOOL NO BACK METAL COLOR: C (40) 3002 GENERAL CHEMISTRY LAB (5) 3011 CHEMISTRY PREP (40) 3020 GENERAL CHEMISTRY C5 26 FACULTY TASK CHAIR STEELCASE - THINK / 465A300 5 STAR BASE HEIGHT ADJUSTABLE ARMS SOFT FLOOR CASTERS 3D KNIT BACK: MANUFACTURER STANDARD COLORS UPHOLSTERED SEAT: MANUFACTURER STANDARDS MID GRADE FINISHES (3) 1007B PREP STAFF WORKSTATIONS (4) 1017 BUILDING OPERATIONS SUITE (3) 1203 FACULTY TOUCHDOWN (8) 2007 OFFICE TOUCHDOWN (2) 2203 FACULTY TOUCHDOWN (4) 3008 OFFICE (2) 3203 FACULTY TOUCHDOWN Item Qty. Description Manufacturer/No. Material/Finish - Remark Location(s) C6 8 CONFERENCE ROOM CHAIRS SIT ON IT - FOCUS 2.0 TASK CHAIR / 26-1620480-0864 5 STAR BASE SOFT FLOOR CASTERS BACK STYLE: MESH BACK SIZE: HIGH BACK MESH COLOR: MID GRADE FRAME COLOR: MID GRADE Y SUPPORT COLOR: MID GRADE HEIGHT ADJUSTABLE ARM (8) 1007A CONFERENCE ROOM C7 126 COMMUNITY CHAIR GLOBAL - BAKHITA CHAIRS / 6751 ARMLESS, SIDE CHAIR, POLY SEAT AND BACK COLOR: MANUFACTURER STANDARD COLORS (24) 1HW1-2A BREAKOUT (18) 1HW2-1A BREAKOUT (18) 2HW2-1A (24) 2HW2-3A (18) 3HW2-1A BREAKOUT (24) 3HW2-3A BREAKOUT C8 28 BREAKOUT STOOLS GLOBAL - BIKHITA COUNTER STOOLS / 6754 ARMLESS BAR STOOL, POLY SEAT AND BACK COLOR: MANUFACTURER STANDARD COLORS (8) 1HW1-2A BREAKOUT (8) 2HW2-3A (4) 3108 TEACHER'S ASSISTANTS (8) 3HW2-3A BREAKOUT C9 14 BENCH CUMBERLAND - LIVY BENCH / 10-2331 48"W X 20"D X 17"H UPHOLSTRY: MANUFACTURER STANDARDS GRADE 3 (1) 2024 PERSOANL HEALTH (4) 2HW7 CORRIDOR (1) 3024 PERSONAL HEALTH (4) 3HW7 CORRIDOR (4) CORRIDOR 1HW7 L1A 25 LOUNGE CHAIR ENCORE - CHIRP LOUNGE / 30213-M MID-BACK LOUNGE CHAIR, SWIVEL BASE UPHOLSTERY: MANUFACTURER STANDARDS GRADE 5 COLOR A (1) 1012 PERSONAL HEALTH ROOM (12) 1HW1-2A BREAKOUT (12) 1HW2-1A BREAKOUT Item Qty. Description Manufacturer/No. Material/Finish - Remark Location(s) L1B 30 LOUNGE CHAIR ENCORE - CHIRP LOUNGE / 30213-M MID-BACK LOUNGE CHAIR, SWIVEL BASE UPHOLSTERY: MANUFACTURER STANDARDS GRADE 5 COLOR B (12) 2HW2-1A (10) 2HW2-3A (8) 2HW6-3A BREAKOUT L1C 36 LOUNGE CHAIR ENCORE - CHIRP LOUNGE / 30213-M MID-BACK LOUNGE CHAIR, SWIVEL BASE UPHOLSTERY: MANUFACTURER STANDARDS GRADE 5 COLOR C (4) 3108 TEACHER'S ASSISTANTS (12) 3HW2-1A BREAKOUT (12) 3HW2-3A BREAKOUT (8) 3HW6-3A BREAKOUT LT1 14 BIOLOGY TABLES (NIC) CO-DESIGN - STUDIO OTHER/ AMERICAN INTERIORS NOT IN CONTRACT - FOR REFERENCE ONLY (7) 1002 CELL + MOLECULAR BIOLOGY LAB (7) 1020 ORGANISMAL BIOLOGY LAB LT2 40 CHEMISTRY TABLES (NIC) CO-DESIGN - STUDIO OTHER/ AMERICAN INTERIORS NOT IN CONTRACT - FOR REFERENCE ONLY (10) 2002 GENERAL CHECMISTRY LAB (10) 2020 GENERAL CHEMISTRY LAB (10) 3002 GENERAL CHEMISTRY LAB (10) 3020 GENERAL CHEMISTRY LT3 77 PERIMETER LAB TABLES 60X30 BASIS OF DESIGN: MOTT MANUFACTURING REFERENCE ATLUS SYSTEMS 60"L x 30"W x 38"H TABLE HOLD 35.5" CLEAR BELOW FRAME 1.5"SQUARE TUBULAR STEEL LEG/ FRAME CONSTRUCTION INCLUDING REAR STRETCHER BAR LEVELING GLIDES LAMINATE: WILSONART CHEMSURFACE WASHI PEWTER FRAME: SILVER METALLIC (6) 1002 CELL + MOLECULAR BIOLOGY LAB (3) 1004 BIOLOGY PROJECT LAB (3) 1019 BIOLOGY PROJECT LAB (6) 1020 ORGANISMAL BIOLOGY LAB (6) 2002 GENERAL CHECMISTRY LAB (5) 2004 DIDACTIC MATERIAL SCIENCE (3) 2010 DIDACTIC ADVANCED MATERIAL SCIENCE (7) 2020 GENERAL CHEMISTRY LAB (6) 3002 GENERAL CHEMISTRY LAB (26) 3004 ORGANIC CHEMISTRY LAB (6) 3020 GENERAL CHEMISTRY Item Qty. Description Manufacturer/No. Material/Finish - Remark Location(s) LT5 24 LAB TABLES - BIO PROJECT BASIS OF DESIGN: MOTT MANUFACTURING REFERENCE ATLUS SYSTEMS 72"L x 30"W x 38"H TABLE HOLD 35.5" CLEAR BELOW FRAME 1.5"SQUARE TUBULAR STEEL LEG/ FRAME CONSTRUCTION INCLUDING REAR STRETCHER BAR LEVELING GLIDES LAMINATE: WILSONART CHEMSURFACE WASHI PEWTER FRAME: SILVER METALLIC (12) 1004 BIOLOGY PROJECT LAB (12) 1019 BIOLOGY PROJECT LAB LT6 10 ORGANIC CHEM SQUARE TABLES BASIS OF DESIGN: MOTT MANUFACTURING REFERENCE ATLUS SYSTEMS 42" SQUARE TABLE LAMINATE: WILSONART CHEMSURFACE WASHI PEWTER FRAME: SILVER METALLIC (10) 3004 ORGANIC CHEMISTRY LAB MB1 12 MOBILE PROJECT WALL (NIC) CO-DESIGN - ENWORK NOT IN CONTRACT - FOR REFERENCE ONLY (10) 2108F PROJECT ROOM (2) EXTRA ITEMS MM1 30 MOBILE MONITOR (NIC) CO-DESIGN - ENWORK NOT IN CONTRACT - FOR REFERENCE ONLY (10) 1201 COMPUTER SCIENCE LAB (10) 2201 COMPUTER SCIENCE (10) 3201 COMPUTER SCIENCE T1 14 COMMUNITY TABLE HAWORTH - IMMERSE LEDGE TABLE / THLD-2257- LWSNBG7P WORKTOP SURFACE COLOR MAPLE WORKTOP EDGE COLOR-USERS EDGE PATTERNED LINEN CASUAL WORKTOP SURFACE COLOR 2A MAPLE WORKTOP EDGE COLOR - EDGE 2A PATTERNED LINEN CASUAL WORKTOP FRAME COLOR GRAPHITE BASE COLOR 1A GRAPHITE WORKTOP SURFACE MATERIAL LAMINATE POWER OPTIONS NO POWER BASE TRIM MATERIAL PAINTED (4) 1HW1-2A BREAKOUT (4) 2HW2-3A (2) 3108 TEACHER'S ASSISTANTS (4) 3HW2-3A BREAKOUT Item Qty. Description Manufacturer/No. Material/Finish - Remark Location(s) T2 12 COLLAB TABLE WITH BENCH AND SEAT COMBO KIMBALL - FIXT TABLE / 76K367229TFMHP BENCHES / 76K185417BFP STOOLS OR SEATS / 76K181830SFP TABLE FRAME: PAINT GROUP M MOBILE TABLETOP: MID GRADE RIM SHAPE: SOFTENED WOOD NO GROMETS BENCH 1 FRAME: 53 1/4" WITH GROUP M PAINT BENCH 1 TOP: UPHOLSTERED GRADE 5 BENCH 2 FRAME: 53 1/4" WITH GROUP M PAINT BENCH 2 TOP: UPHOLSTERED GRADE 5 SEAT 1 FRAME: 17 1/4" WITH GROUP M PAINT SEAT 1 TOP: UPHOLSTERED GRADE 5 SEAT 2 FRAME : 17 1/4" WITH GROUP M PAINT SEAT 2 TOP: UPHOLSTERED GRADE 5 (2) 1HW1-2A BREAKOUT (2) 1HW2-1A BREAKOUT (2) 2HW2-1A (2) 2HW2-3A (2) 3HW2-1A BREAKOUT (2) 3HW2-3A BREAKOUT T3 18 OCCASIONAL 42" HALF ROUND GLOBAL - RIVER 42" HALF ROUND TABLE / 7737 LEG FINISH OPTIONS: F-ROUND BLACK LEGS [BLK] RIVER LAMINATE OPTIONS: DWT 1-DESIGNER WHITE NO POWER (3) 1HW1-2A BREAKOUT (3) 1HW2-1A BREAKOUT (3) 2HW2-1A (3) 2HW2-3A (3) 3HW2-1A BREAKOUT (3) 3HW2-3A BREAKOUT T4 292 MOBILE TABLE 60"W X 30"D KIMBALL - DOCK TRAINING TABLE / 75K3060RT BASE / 75K266028CFFTM ALTERNATE T4: 56X26 (MEET ALL OTHER DESCRIPTIVE QUALITIES) NESTING MOBILE TABLE MATERIAL: MID GRADE RIM PROFILE: F (SOFENED WOOD RIM) NO GROMMET SURFACE FINISH GROUP 2? BASE PAINT FOOT PAINT BLACK CASTERS (4) 1007A CONFERENCE ROOM (6) 1200 COMMONS (30) 1201 COMPUTER SCIENCE LAB (60) 1202 PHYSICS LAB (30) 2201 COMPUTER SCIENCE (60) 2202 PHYSICS LAB (6) 2210 BREAKOUT (30) 3201 COMPUTER SCIENCE (60) 3202 PHYSICS LAB (6) 3210 BREAKOUT Item Qty. Description Manufacturer/No. Material/Finish - Remark Location(s) T5 65 SQUARE OCCASIONAL FLIP TOP TABLE GIBRALTAR TABLE / 5220FT 24" SQUARE TABLE LAMINATE TOP FLIP TOP MECHANISM DURACAST X BASE FINISHES: MID GRADE (12) 1HW1-2A BREAKOUT (9) 1HW2-1A BREAKOUT (9) 2HW2-1A (12) 2HW2-3A (2) 3108 TEACHER'S ASSISTANTS (9) 3HW2-1A BREAKOUT (12) 3HW2-3A BREAKOUT T6 8 SQUARE OCCASIONAL TABLE KIMBALL - THEO TABLE / K3430SQ KIMBALL - THEO BASE / K34BG20497 30" SQUARE TABLE LAMINATE TOP LAMINATE TOP GLIDES FINISHES: MID GRADE (4) 2HW6-3A BREAKOUT (4) 3HW6-3A BREAKOUT T7 3 END TABLE 19" ROUND HAWORTH GONG SIDE TABLE / HCCE - GONG 19.75" ROUND TOP PAINTED BLACK (1) 1012 PERSONAL HEALTH ROOM (1) 2024 PERSOANL HEALTH (1) 3024 PERSONAL HEALTH T8 4 MOBILE FLIP TOP TABLE 72X24 KIMBALL - DOCK TRAINING TABLE / 75K2472RT BASE / 75K266028CFFTM NESTING MOBILE TABLE MATERIAL: MID GRADE RIM PROFILE: F (SOFENED WOOD RIM) NO GROMMET SURFACE FINISH GROUP 2 BLACK CASTERS (4) 3108 TEACHER'S ASSISTANTS T9 8 LAB TABLE AND MONITOR STEELCASE - VERB ACTIVE MEDIA TABLE / VTAMRT2 84"L X 43"D RECTANGULAR TOP INTEGRATED TECHNOLOGY WITH MONITOR LIFT MEDIA CASE POWER AND DATA OPTIONS MID GRADE FINISHES (4) 2004 DIDACTIC MATERIAL SCIENCE (4) 2010 DIDACTIC ADVANCED MATERIAL SCIENCE WS1 1 FACULTY WORKSTATION BASIS OF DESIGN: HAWORTH REF DBI QUOTE #256775 (1 NORTH OFFICE) (3) 72" X 18" HEIGHT ADJUSTABLE TABLES, (2) PRIVACY PANELS, (2) POWER MODULES, (3) STORAGE CREDENZAS, (3) PERSONAL WARDROBES & (OMIT TASK CHAIR FROM QUOTE) MID GRADE FINISHES (1) 1203 FACULTY TOUCHDOWN Item Qty. Description Manufacturer/No. Material/Finish - Remark Location(s) WS2 1 BO WORKSTATION BASIS OF DESIGN: HAWORTH REF DBI QUOTE #256775 (1 SOUTH OFFICE 1) (5) 72" X 18" HEIGHT ADJUSTABLE TABLES, (5) PRIVACY PANELS, (2) POWER MODULES, (5) STORAGE CREDENZAS, (5) PERSONAL WARDROBES, & (OMIT TASK CHAIR FROM QUOTE) MID GRADE FINISHES (1) 1017 BUILDING OPERATIONS SUITE WS3 1 PREP WORKSTATION BASIS OF DESIGN: HAWORTH REF DBI QUOTE #256775 (1 SOUTH OFFICE 2) (3) 72" X 18" HEIGHT ADJUSTABLE TABLES, (3) PRIVACY PANELS, (2) POWER MODULES, (3) STORAGE CREDENZAS, (3) PERSONAL WARDROBES, & (OMIT TASK CHAIR FROM QUOTE) MID GRADE FINISHES (1) 1007B PREP STAFF WORKSTATIONS WS4 1 FACULTY TOUCHDOWN BASIS OF DESIGN: HAWORTH REF DBI QUOTE #256775 (2 NORTH OFFICE) (2) 72" X 18" HEIGHT ADJUSTABLE TABLES, (2) LAMINATED FIXED TABLES, (4) DAY LOCKERS, (2) POWER MODULES, (2) ACCESSORY HOOKS, & (OMIT TASK CHAIR FROM QUOTE) MID GRADE FINISHES (1) 2203 FACULTY TOUCHDOWN WS5 1 BENCHING TOUCHDOWN BASIS OF DESIGN: HAWORTH REF DBI QUOTE #256775 (2 SOUTH BENCHING) (5) DAY LOCKERS, (4) FIXED BENCHING WITH POWER ACCESS, & (OMIT TASK CHAIR FROM QUOTE) MID GRADE FINISHES (1) 2007 OFFICE TOUCHDOWN WS6 1 FACULTY TOUCHDOWN BASIS OF DESIGN: HAWORTH REF DBI QUOTE #256775 (3 NORTH OFFICE) (2) 72" X 18" HEIGHT ADJUSTABLE TABLES, (2) LAMINATED FIXED TABLES, (4) DAY LOCKERS, (2) POWER MODULES, (2) ACCESSORY HOOKS, & (OMIT TASK CHAIR FROM QUOTE) MID GRADE FINISHES (1) 3203 FACULTY TOUCHDOWN Item Qty. Description Manufacturer/No. Material/Finish - Remark Location(s) WS7 1 WORKSTATION 3008 BASIS OF DESIGN: HAWORTH REF DBI QUOTE #256775 (3 SOUTH OFFICE) (4) 72" X 18" HEIGHT ADJUSTABLE TABLES, (2-4) PRIVACY PANELS, (4) SLATSCREEN / WORK TOOLS, (2) POWER MODULES, (5) STORAGE CREDENZAS, (5) PERSONAL WARDROBES, (1) BULLET MEETING TABLE & (OMIT TASK CHAIR FROM QUOTE) MID GRADE FINISHES (1) 3008 OFFICE BID FORM Submit one (1) copy of this Bid Form to MSU with RFP response. Project: STEM Teaching Facility Furniture and Equipment Package Michigan State University Owner: Michigan State University East Lansing, MI 48824 Architect: Integrated Design Solutions, LLC Architecture, Engineering, Interiors & Technology 1441 W. Long Lake Road, Suite 200 Troy, MI 48098 (248) 823-2100 Name of Bidder: Address: Point of Contact: Telephone: Fax: Email: Pursuant to MSU RFP #588688, Supplier proposes to furnish equipment, materials, labor, and to perform all work necessary for the STEM Building Project in accordance with the sketches and specifications prepared by Integrated Design Solutions, LLC. Base Bid for Classroom Seating Lump sum for all materials and labor to provide, deliver, and install the materials as indicated for the base bid. Unit costs shall include delivery and installation. Indicated with a check mark in the “Alternate” column if unit cost is for other than the product specified, refer to the Voluntary Alternates section listed below. ITEM ALT. QUANTITY UNIT COST EXTENDED COST C1A LAB CHAIR (COLOR A) 72 $ / each $ C1B LAB CHAIR (COLOR B) 96 $ / each $ C1C LAB CHAIR (COLOR C) 124 $ / each $ C2A LAB STOOL (COLOR A) 160 $ / each $ C2B LAB STOOL (COLOR B) 160 $ / each $ C10A LAB CHAIR (COLOR A) 120 $ / each $ C10B LAB CHAIR (COLOR B) 120 $ / each $ C10C LAB CHAIR (COLOR C) 120 $ / each $ Total Lump Sum Bid for Classroom Seating: ____________________________ *The above unit prices shall be held for one (1) year from the date of the purchase order, inclusive of material furnishing and installation. Based Bid for Seating Lump sum for all materials and labor to provide, deliver, and install the materials as indicated for the base bid. Unit costs shall include delivery and installation. Indicated with a check mark in the “Alternate” column if unit cost is for other than the product specified, refer to the Voluntary Alternates section listed below. ITEM ALT. QUANTITY UNIT COST EXTENDED COST C4A LAB STOOL (COLOR A) 4 $ / each $ C4B LAB STOOL (COLOR B) 84 $ / each $ C4C LAB STOOL (COLOR C) 85 $ / each $ C6 CONFERENCE ROOM CHAIR 8 $ / each $ C7 COMMUNITY CHAIR 126 $ / each $ C8 BREAKOUT STOOLS 28 $ / each $ C9 BENCH 14 $ / each $ L1A LOUNGE CHAIR (COLOR A) 25 $ / each $ L1B LOUNGE CHAIR (COLOR B) 30 $ / each $ L1C LOUNGE CHAIR (COLOR C) 36 $ / each $ Total Lump Sum Bid for Seating Items: ____________________________ *The above unit prices shall be held for one (1) year from the date of the purchase order, inclusive of material furnishing and installation. Based Bid for Steelcase Lump sum for all materials and labor to provide, deliver, and install the materials as indicated for the base bid. Unit costs shall include delivery and installation. Indicated with a check mark in the “Alternate” column if unit cost is for other than the product specified, refer to the Voluntary Alternates section listed below. ITEM ALT. QUANTITY UNIT COST EXTENDED COST C5 FACULTY TASK CHAIR 26 $ / each $ Total Lump Sum Bid for Steelcase: ____________________________ *The above unit prices shall be held for one (1) year from the date of the purchase order, inclusive of material furnishing and installation. Based Bid for Lab Tables Lump sum for all materials and labor to provide, deliver, and install the materials as indicated for the base bid. Unit costs shall include delivery and installation. Indicated with a check mark in the “Alternate” column if unit cost is for other than the product specified, refer to the Voluntary Alternates section listed below. ITEM ALT. QUANTITY UNIT COST EXTENDED COST LT3 PERIMETER LAB TABLES 60X30 77 $ / each $ LT5 BIO PROJECT LAB TABLES 24 $ / each $ LT6 ORGANIC CHEM SQUARE TABLES 10 $ / each $ Total Lump Sum Bid for Lab Tables: ____________________________ *The above unit prices shall be held for one (1) year from the date of the purchase order, inclusive of material furnishing and installation. Based Bid for Tables Lump sum for all materials and labor to provide, deliver, and install the materials as indicated for the base bid. Unit costs shall include delivery and installation. Indicated with a check mark in the “Alternate” column if unit cost is for other than the product specified, refer to the Voluntary Alternates section listed below. ITEM ALT. QUANTITY UNIT COST EXTENDED COST T1 COMMUNITY TABLE 14 $ / each $ T2 COLLABORATION TABLE (BENCH / SEAT COMBO) 12 $ / each $ T3 OCCASIONAL 42” HALF ROUND 18 $ / each $ T4 MOBILE TABLE 60X30 292 $ / each $ T4 ALT MOBILE TABLE 56X26 292 $ / each $ T5 OCCASIONAL SQUARE FLIP TOP 65 $ / each $ T6 OCCASIONAL SQUARE 8 $ / each $ T7 END TABLE 19” ROUND 3 $ / each $ T8 MOBILE FLIP TOP TABLE 72X24 4 $ / each $ T9 LAB TABLE AND MONITOR 8 $ / each $ Total Lump Sum Bid for Tables: ____________________________ *The above unit prices shall be held for one (1) year from the date of the purchase order, inclusive of material furnishing and installation. Based Bid for Office Workstation Lump sum for all materials and labor to provide, deliver, and install the materials as indicated for the base bid. Unit costs shall include delivery and installation. Indicated with a check mark in the “Alternate” column if unit cost is for other than the product specified, refer to the Voluntary Alternates section listed below. ITEM ALT. QUANTITY UNIT COST EXTENDED COST WS1 FACULTY WORKSTATION 1 $ / each $ WS2 FACULTY WORKSTATION 1 $ / each $ WS3 FACULTY WORKSTATION 1 $ / each $ WS4 FACULTY WORKSTATION 1 $ / each $ WS5 FACULTY WORKSTATION 1 $ / each $ WS6 FACULTY WORKSTATION 1 $ / each $ WS7 FACULTY WORKSTATION 1 $ / each $ Total Lump Sum Bid for Office Workstation: ____________________________ *The above unit prices shall be held for one (1) year from the date of the purchase order, inclusive of material furnishing and installation. **Voluntary Alternatives** Attach additional pages to explain each Voluntary Alternative. Provide a complete description of each Voluntary Alternative, include specified Item Number along with catalog cut sheets and finish selections. Failure to provide this information will result in a “No Bid” for that line item. MSU has no obligation to accept any Voluntary Alternatives. Project Completion Unless agreed to by the University in writing, supplier agrees to a multi phased installation, Phase 1 (South STEM) start installation after February 1, 2020 and to complete installation no later than February 26, 2020. Phase 2 (North STEM) start installation after March 1, 2020 and to complete installation no later than April 30, 2020. Taxes The Bidder shall include in his Bid and shall pay all applicable Federal, State and local taxes of whatever character and description. Loose furnishings contracts are tax-exempt. MSU will provide tax-exempt identification number. Addenda Vendor acknowledged the receipt of the following addenda: Addendum No. ___1____ Title: STEM Building Furniture Plans Dated _N/A_______________________ Addendum No. ___2____ Title: DBI Quote #265775________ Dated _7/2/2020___________________ Withdrawal of Bids The signature below confirms that this proposal is valid for sixty (60) days after the RFP due date. Supplier Signature: Name: Title: Company: Date: MASTER SERVICE AGREEMENT Please refer to Section 8 of the RFP Instructions when reviewing the Professional Consulting Agreement terms and conditions. [This Master Services Agreement (this “Agreement”), entered into as of [Month, Day, Year] (“Effective Date”), is made by and between Michigan State University, with offices located at 426 Auditorium Rd, East Lansing, MI 48824 (“MSU”) and [Name of Supplier], with offices at [Address, City, State, Zip] (“Supplier”). MSU and Supplier are sometimes referred to in this Agreement individually as a “party” and collectively as the “parties.” 1. TERM 1.1 The term of this Agreement shall commence on the Effective Date and shall continue until Supplier has completed all Services under the Statement of Work and the warranties for Services and Materials have expired, unless earlier terminated in accordance with paragraph 14 (the “Term”). Any extension of the Term will be subject to mutual written agreement between the parties. 2. SERVICES 2.1 Supplier shall provide to MSU the services (the “Services”) set forth in the Statement of Work, attached as Schedule A to this Agreement (the “Statement of Work”). 2.2 Unless otherwise set forth in Statement of Work, Supplier shall furnish, at its own expense, the tools, equipment, supplies and other materials used to perform the Services. MSU shall provide Supplier with access to its premises and equipment to the extent necessary for the performance of the Services. 2.3 Supplier shall comply with all applicable policies of MSU relating to conduct, health and safety and use of MSU’s facilities, supplies, information technology, equipment, networks and other resources. 3. WARRANTY OF SERVICES 3.1 The Services will be in conformity in all material respects with all requirements or specifications stated in this Agreement and the Statement of Work for a period of five (5) years after acceptance by MSU (the “Service Warranty”). In the event of Supplier's breach of the foregoing Service Warranty: (a) Supplier shall use reasonable efforts to cure such breach; provided, that if Supplier cannot cure such breach within a reasonable time (but no more than fifteen (15) days after MSU's written notice of such breach, MSU may, at its option, terminate the Agreement by serving written notice of termination in accordance with Section 14.2. (b) In the event the Agreement is terminated in accordance with this Section, Supplier shall within thirty (30) days after the effective date of termination, refund to MSU any fees paid by MSU as of the date of termination for such Services that are the subject of the breach. 4. MATERIALS 4.1 Delivery. Supplier must deliver the furniture, materials and equipment (collectively, “Materials”) to the locations designated by MSU by the delivery date specified in the Statement of Work. Five days prior to the actual delivery date, Supplier must give written notice to MSU specifying the precise delivery date and time. Supplier must pay all costs associated with replacing any Materials damaged in transit to the final destination. Supplier acknowledges that no Materials will be considered delivered on the delivery date if they are damaged or otherwise not ready for Supplier to begin its installation services and MSU to begin its inspection and acceptance procedures. Supplier must, at a minimum, package the Materials according to industry standards and include a packing slip with each shipment. Supplier must also arrange for any rigging and drayage necessary to deliver the Materials. All costs associated with packaging, shipping, transportation, delivery and insurance are to be borne by Supplier. 4.2 Installation and Integration of Materials. (a) Supplier must unpack, assemble, install, integrate, interconnect, and configure all the Materials at the locations specified in the Statement of Work. Where necessary to complete installation, Supplier must provide all required moving and installation resources, including but not limited to personnel, packing material, and floor protection panels as necessary. After completing installation, Supplier must provide MSU with written notification that the Materials are ready for use. (b) Supplier must supply all materials required to complete the assembly, installation, integration, interconnection, and configuration of the Materials at the locations specified in the Statement of Work so that they are ready for use and acceptance, including providing and setting up all required connections to the power supply (if applicable) and any other necessary cables and any other accessories or supplies. (c) Supplier must leave all work areas clean once installation is complete, which includes removing and disposing of all packing materials. (d) All costs associated with the installation services described in this Section are to be borne by Supplier. 4.3 Supplier Warranty for Materials. Supplier warrants that the Materials will be free from defects in title, and, for a period of five (5) years from acceptance of the Materials, will: (i) be free from defects in material and workmanship under normal use and service; and (ii) perform substantially in accordance with the manufacturer’s specifications. During the warranty period, Supplier shall repair or replace all defective Materials, including the cost of shipping parts and providing labor for installation, if applicable. 4.4 Manufacturer Warranty for Materials. In addition to the warranty provided by Supplier above, Supplier shall extend to MSU the rights and benefits, to the extent that the same are not extinguished by the passage of time, of any warranties, service life policies and patent indemnities of any third-party manufacturer and any maintenance and overhaul agencies of and for the Materials which Supplier may have to the extent that the same are assignable and transferable. Supplier also hereby grants to MSU rights of subrogation relating to any claim which Supplier may have under such warranties (if any) concerning the Materials. 5. SUBCONTRACTORS 5.1 Supplier will not, without the prior written approval of MSU, which consent may be given or withheld in MSU’s sole discretion, engage any third party to perform Services. MSU’s approval of any such third party (each approved third party, a “Subcontractor”) does not relieve Supplier of its representations, warranties or obligations under this Agreement. Without limiting the foregoing, Supplier will: (a) be responsible and liable for the acts and omissions of each such Subcontractor (including such Subcontractor's employees who, to the extent providing Services, shall be deemed Supplier personnel) to the same extent as if such acts or omissions were by Supplier or its employees; (b) name MSU a third party beneficiary under Supplier’s contract with each Subcontractor with respect to the Services; (c) be responsible for all fees and expenses payable to, by or on behalf of each Subcontractor in connection with this Agreement, including, if applicable, withholding of income taxes, and the payment and withholding of social security and other payroll taxes, unemployment insurance, workers' compensation insurance payments and disability benefits; and 6. PAYMENT 6.1 MSU will pay the fees set forth in the Statement of Work (the “Fees”) in accordance with this Section 6 and any payment milestones set forth in the Statement of Work. 6.2 Supplier’s invoices must conform to the requirements set forth in the Statement of Work. All undisputed amounts are payable within 30 days of MSU’s receipt of such invoice. Supplier may only charge for Services performed as specified in the Statement of Work. Invoices must include an itemized statement of all charges. MSU is exempt from state sales tax for direct purchases and may be exempt from federal excise tax, if Services purchased under this Agreement are for MSU’s exclusive use. 6.3 MSU has the right to withhold payment of any disputed amounts until the parties agree as to the validity of the disputed amount. MSU will notify Supplier of any dispute within a reasonable time. Payment by MSU will not constitute a waiver of any rights as to Supplier’s continuing obligations, including claims for deficiencies or substandard Services. 6.4 Without prejudice to any other right or remedy it may have, MSU reserves the right to set off at any time any amount then due and owing to it by Supplier against any amount payable by MSU to Supplier. 6.5 Unless otherwise set forth in the Statement of Work, Supplier is solely responsible for any travel or other costs or expenses incurred by Supplier in connection with the performance of the Services, and in no event shall MSU reimburse Supplier for any such costs or expenses. If the Statement of Work allows for reimbursement of travel costs, such reimbursement is subject to MSU’s Travel Reimbursement Policy set forth at http://www.ctlr.msu.edu/COTravel/ReimbursementChart.aspx. 7. RELATIONSHIP OF THE PARTIES 7.1 Supplier is an independent contractor of MSU, and this Agreement shall not be construed to create any association, partnership, joint venture, employee or agency relationship between Supplier and MSU for any purpose. Supplier has no authority (and shall not hold itself out as having authority) to bind MSU and Supplier shall not make any agreements or representations on MSU’s behalf without MSU’s prior written consent. 7.2 Without limiting paragraph 7.1, Supplier will not be eligible under this Agreement to participate in any vacation, group medical or life insurance, disability, profit sharing or retirement benefits or any other fringe benefits or benefit plans offered by MSU to its employees, and MSU will not be responsible for withholding or paying any income, payroll, Social Security or other federal, state or local taxes, making any insurance contributions, including unemployment or disability, or obtaining worker's compensation insurance on Supplier’s behalf. Supplier shall be responsible for, and shall indemnify MSU against, all such taxes or contributions, including penalties and interest. Any persons employed by Supplier in connection with the performance of the Services shall be Supplier’s employees and Supplier shall be fully responsible for them. 8. CONFIDENTIALITY 8.1 Meaning of Confidential Information. The term “Confidential Information” means all information and documentation of a party that: (a) has been marked “confidential” or with words of similar meaning, at the time of disclosure by such party; (b) if disclosed orally or not marked “confidential” or with words of similar meaning, was subsequently summarized in writing by the disclosing party and marked “confidential” or with words of similar meaning; or, (c) should reasonably be recognized as confidential information of the disclosing party. The term “Confidential Information” does not include any information or documentation that was or is: (a) in the possession of MSU and subject to disclosure under the Michigan Freedom of Information Act (FOIA); (b) already in the possession of the receiving party without an obligation of confidentiality; (c) developed independently by the receiving party, as demonstrated by the receiving party, without violating the disclosing party’s proprietary rights; (d) obtained from a source other than the disclosing party without an obligation of confidentiality; or, (e) publicly available when received, or thereafter became publicly available (other than through any unauthorized disclosure by, through, or on behalf of, the receiving party). Notwithstanding the above, in all cases and for all matters, MSU Data is deemed to be Confidential Information. 8.2 Obligation of Confidentiality. The parties agree to hold all Confidential Information in strict confidence and not to copy, reproduce, sell, transfer, or otherwise dispose of, give or disclose such Confidential Information to third parties other than employees, agents, or subcontractors of a party who have a need to know in connection with this Agreement or to use such Confidential Information for any purposes whatsoever other than the performance of this Agreement. The parties agree to advise and require their respective employees, agents, and subcontractors of their obligations to keep all Confidential Information confidential. http://www.ctlr.msu.edu/COTravel/ReimbursementChart.aspx Disclosure to the Supplier’s subcontractor is permissible where (a) the disclosure is necessary or otherwise naturally occurs in connection with work that is within the subcontractor's responsibilities; and (b) Supplier obligates the subcontractor in a written contract to maintain MSU’s Confidential Information in confidence. At MSU’s request, any of the Supplier’s representatives may be required to execute a separate agreement to be bound by the provisions of this Section 13.2. 8.3 Cooperation to Prevent Disclosure of Confidential Information. Each party must use its best efforts to assist the other party in identifying and preventing any unauthorized use or disclosure of any Confidential Information. Without limiting the foregoing, each party must advise the other party immediately in the event either party learns or has reason to believe that any person who has had access to Confidential Information has violated or intends to violate the terms of this Agreement. Each party will cooperate with the other party in seeking injunctive or other equitable relief against any such person. 8.4 Remedies for Breach of Obligation of Confidentiality. Each party acknowledges that breach of its obligation of confidentiality may give rise to irreparable injury to the other party, which damage may be inadequately compensable in the form of monetary damages. Accordingly, a party may seek and obtain injunctive relief against the breach or threatened breach of the foregoing undertakings, in addition to any other legal remedies which may be available, to include, in the case of MSU, at the sole election of MSU, the immediate termination, without liability to MSU, of this Agreement. 8.5 Surrender of Confidential Information upon Termination. Upon termination or expiration of this Agreement, each party must, within five (5) Business Days from the date of termination, return to the other party any and all Confidential Information received from the other party, or created or received by a party on behalf of the other party, which are in such party’s possession, custody, or control. If Supplier or MSU determine that the return of any Confidential Information is not feasible, such party must destroy the Confidential Information and certify the same in writing within five (5) Business Days from the date of termination to the other party. 9. ADMINISTRATIVE FEE AND REPORTING At the end of each calendar year, Supplier shall remit to the University an annual administrative fee equal to 1.75% of the total purchases made under this Agreement during such calendar year (the “Administrative Fee”). The methodology that will be used to ensure that purchase activity is accurately tracked will be based on invoices issued by Supplier and paid by University under this Agreement during each calendar year, ending December 31. Administrative fee payments must be made by check payable to: Michigan State University MSU University Services – Finance 166 Service Rd. East Lansing, MI 48824 Supplier must submit an itemized purchasing activity report, which includes the total dollar volume in purchases during the calendar year based on invoicing to the University (the “Purchasing Activity Report”). Purchasing Activity Reports should be mailed to the address listed within this section. Payment of the Administrative Fee and submission of the Purchasing Activity Report are due within thirty (30) calendar days from December 31 of each calendar year. If payment of the Administrative Fee is not made by January 30, a late charge equal to 15% of the Administrative Fee, will be charged for such late payment. 10. AUDIT AND RETENTION OF BOOKS AND RECORDS University shall have access to and the right to examine and copy any directly pertinent books, documents, papers, and records of Supplier involving transactions related to this Agreement until the expiration of three (3) years after final payment hereunder. Supplier further agrees to promptly furnish, when requested by University, such books, documents, and records of Supplier as are necessary to verify the accuracy of the amounts invoiced to University against any past or current goods and services provided by Supplier. If any audit discloses an overpayment by University or a discrepancy in the amount invoiced by Supplier against the goods and services actually provided by Supplier, Supplier will promptly reimburse University within thirty (30) days of University’s notification to Supplier of any such overpayment, rectify such discrepancy, or both, and further pay University a fee equal to 25% of the amount of any overpayment. 11. REPRESENTATIONS AND WARRANTIES 11.1 Supplier represents and warrants to MSU that: (a) Supplier has the right to enter into this Agreement, to grant the rights granted herein and to perform fully all of its obligations in this Agreement; (b) Supplier’s entering into this Agreement with MSU and its performance of the Services do not and will not conflict with or result in any breach or default under any other agreement to which it is subject; (c) Supplier has the required skill, experience and qualifications to perform the Services, Supplier shall perform the Services in a professional and workmanlike manner in accordance with best industry standards for similar services and Supplier shall devote sufficient resources to ensure that the Services are performed in a timely and reliable manner; (d) Supplier shall perform the Services and provide the Materials in compliance with all applicable federal, state and local laws and regulations; 11.2 MSU hereby represents and warrants to Supplier that: (a) it has the full right, power and authority to enter into this Agreement and to perform its obligations hereunder; and (b) the execution of this Agreement by its representative whose signature is set forth at the end hereof has been duly authorized by all necessary organizational action. 12. INDEMNIFICATION 12.1 Supplier shall defend, indemnify and hold harmless MSU and its affiliates and their trustees, officers, directors, employees, agents, successors and permitted assigns from and against all losses, damages, liabilities, deficiencies, actions, judgments, interest, awards, penalties, fines, costs or expenses of whatever kind (including reasonable attorneys' fees) arising out of or resulting from: (a) bodily injury, death of any person or damage to real or tangible, personal property resulting from Supplier’s acts or omissions; (b) Supplier’s breach of any representation, warranty or obligation under this Agreement; and (c) any claim that the Materials or Services infringe any other person’s or entities’ intellectual property rights. 12.2 MSU may satisfy such indemnity (in whole or in part) by way of deduction from any payment due to Supplier. 13. INSURANCE 13.1 While performing services under this Agreement, Supplier shall purchase and maintain the following insurance: (a) Workers Compensation insurance, Coverage A, with limits statutorily required by any applicable Federal or state law and Employers Liability insurance, Coverage B, with minimum limit of $500,000 per accident. (b) Commercial General Liability insurance with a minimum limit of $1,000,000 each occurrence/$2,000,000 general aggregate. Coverage shall include bodily injury and property damage liability, personal and advertising injury liability, products/completed operations, and liability assumed under an insured contract. (c) Professional liability/errors and omissions insurance with limits no less than $1 million 13.2 Insurance policies shall be issued by companies licensed or approved to do business within the State of Michigan. Insurers shall possess a minimum A.M. Best rating of A. The insurance policies, where allowable, shall be endorsed to name Michigan State University as “Additional Insureds.” In the event any insurance policies required by this Agreement are written on a “claims made” basis, coverage shall extend for three years past completion and acceptance of Supplier’s Services and must be evidenced by annual certificates of insurance. All policies of insurance must be on a primary basis, non-contributory with any other insurance and/or self-insurance carried by MSU. Supplier shall provide a minimum 30 days written notice to MSU via certified mail of cancellation or non-renewal of policies required under this Agreement and a renewal certificate at least 15 days prior to expiration. 14. TERMINATION 14.1 MSU may terminate this Agreement without cause upon thirty (30) days' written notice to Supplier. In the event of termination pursuant to this paragraph 14.1, MSU shall pay Supplier any Fees due and payable for any Services or Materials completed up to and including the date of such termination. 14.2 MSU may terminate this Agreement, effective upon written notice to Supplier, in the event that Supplier materially breaches this Agreement, and such breach is incapable of cure, or with respect to a material breach capable of cure, Supplier does not cure such breach within fifteen (15) days after receipt of written notice of such breach. MSU shall pay Supplier any Fees due and payable for any Services completed up to and including the date of such termination, subject to MSU’s right of offset for reasonable costs incurred by MSU as a result terminating the Agreement. 14.3 Upon expiration or termination of this Agreement for any reason, or at any other time upon MSU’s written request, Supplier shall within fifteen (15) days after such expiration or termination: (a) deliver to MSU all paid-for Materials (b) deliver to MSU any tools, equipment or other materials provided for Supplier’s use by MSU; (c) deliver to MSU all tangible documents and materials (and any copies) containing, reflecting, incorporating or based on the Confidential Information; (d) take all reasonable and necessary measures to transition performance of the Services, reports and other documentation, to MSU or MSU’s designee; (e) prepare an accurate accounting from which MSU and Supplier may reconcile all outstanding accounts; (f) permanently erase all of the Confidential Information from Supplier’s computer systems; and (g) certify in writing to MSU that Supplier has complied with the requirements of this paragraph. 15. ASSIGNMENT Supplier shall not assign any rights, or delegate or subcontract any obligations, under this Agreement without MSU’s prior written consent. Any assignment in violation of the foregoing shall be deemed null and void. MSU may freely assign its rights and obligations under this Agreement at any time. Subject to the limits on assignment stated above, this Agreement will inure to the benefit of, be binding upon, and be enforceable against, each of the parties hereto and their respective successors and assigns. 16. PUBLICITY Supplier may not, without the prior written consent of MSU, issue any press release or announcement, advertise or publish the fact that the parties have entered into this Agreement, or disclose any information relating to this Agreement. Further, Supplier will not use the name, logo, or any other marks (including, but not limited to, colors and music) owned by or associated with MSU, or the name of any representative of MSU without the prior written permission of MSU in each instance. 17. LIMITATION OF LIABILITY NEITHER PARTY WILL BE LIABLE, REGARDLESS OF THE FORM OF ACTION, WHETHER IN CONTRACT, TORT, NEGLIGENCE, STRICT LIABILITY OR BY STATUTE OR OTHERWISE, FOR ANY CLAIM RELATED TO OR ARISING UNDER THIS CONTRACT FOR CONSEQUENTIAL, INCIDENTAL, INDIRECT, OR SPECIAL DAMAGES, INCLUDING WITHOUT LIMITATION LOST PROFITS AND LOST BUSINESS OPPORTUNITIES. OTHER THAN ITS PAYMENT OBLIGATIONS, IN NO EVENT WILL MSU’S AGGREGATE LIABILITY TO SUPPLIER UNDER THIS AGREEMENT, REGARDLESS OF THE FORM OF ACTION, WHETHER IN CONTRACT, TORT, NEGLIGENCE, STRICT LIABILITY OR BY STATUTE OR OTHERWISE, FOR ANY CLAIM RELATED TO OR ARISING UNDER THIS AGREEMENT, EXCEED THE TOTAL AMOUNT OF PAYMENTS PAID BY MSU TO SUPPLIER DURING THE TWELVE (12) MONTHS PRECEDING THE APPLICABLE CLAIM. 18. NON-DISCRIMINATION UNDER MICHIGAN LAW Pursuant to Section 209 of the Michigan Elliot-Larsen Civil Rights Act and Section 209 of the Michigan Persons with Disabilities Civil Rights Act, in providing services, the Supplier and its contractor(s) agree not to discriminate against any employee or applicant for employment with respect to hire, tenure, terms, conditions, or privileges of employment, or any matter directly or indirectly related to employment, because of age, color, familial status, height, marital status, national origin, race, religion, sex, weight, or a disability that is unrelated to the individual’s ability to perform the duties of a particular job or position. 19. FEDERAL CONTRACT COMPLIANCE. University is an equal opportunity employer and a federal contractor or subcontractor. Consequently, the parties agree that, as applicable, they will abide by the requirements of 41 CFR 60-1.4(a), 41 CFR 60- 300.5(a) and 41 CFR 60-741.5(a) and that these laws are incorporated herein by reference. These regulations prohibit discrimination against qualified individuals based on their status as protected veterans or individuals with disabilities, and prohibit discrimination against all individuals based on their race, color, religion, sex, sexual orientation, gender identity or national origin. These regulations require that covered prime contractors and subcontractors take affirmative action to employ and advance in employment individuals without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, protected veteran status or disability. The parties also agree that, as applicable, they will abide by the requirements of Executive Order 13496 (29 CFR Part 471, Appendix A to Subpart A), relating to the notice of employee rights under federal labor laws. 20. CRIMINAL BACKGROUND CHECKS Supplier may be required to perform criminal background checks of its personnel pursuant to the MSU Contractor Criminal Background Check Requirements Policy (“CBC Policy”), available at https://usd.msu.edu/common/documents/criminal-back-ground-check.pdf. If Supplier is subject to the CBC Policy, Supplier must sign and deliver the Contractor Certification for Criminal Background Checks to University prior to the provision of any services or delivery of any goods. University reserves the right to audit compliance with the CBC Policy requirements and may require further documentation of compliance https://usd.msu.edu/common/documents/criminal-back-ground-check.pdf from Supplier. Non-compliance with the Policy is considered a material breach of this Agreement, which may result in a termination for cause 21. CONFLICT OF INTEREST. Supplier warrants that to the best of Supplier’s knowledge, there exists no actual or potential conflict between Supplier and the University, and its Services under this Agreement, and in the event of change in either Supplier’s private interests or Services under this Agreement, Supplier will inform the University regarding possible conflict of interest which may arise as a result of the change. Supplier also affirms that, to the best of Supplier’s knowledge, there exists no actual or potential conflict between a University employee and Supplier. 22. MISCELLANEOUS 22.1 All notices, requests, consents, claims, demands, waivers and other communications hereunder (each, a “Notice”) shall be in writing and addressed to the parties at the addresses set forth on the first page of this Agreement (or to such other address that may be designated by the receiving party from time to time in accordance with this section). All Notices shall be delivered by personal delivery, nationally recognized overnight courier (with all fees pre-paid), facsimile or e-mail (with confirmation of transmission) or certified or registered mail (in each case, return receipt requested, postage prepaid). Except as otherwise provided in this Agreement, a Notice is effective only if (a) the receiving party has received the Notice and (b) the party giving the Notice has complied with the requirements of this Section. 22.2 Neither Supplier nor MSU shall be liable for failure to perform its respective obligations under the Agreement when failure is caused by fire, explosion, flood, act of God, epidemics or pandemics, civil disorder or disturbances, strikes, vandalism, war, riot, sabotage, weather and energy related closings, or like causes beyond the reasonable control of the party (“Force Majeure Event”). In the event that either party ceases to perform its obligations under this Agreement due to the occurrence of a Force Majeure Event, the party shall: (a) as soon as practicable notify the other party in writing of the Force Majeure Event and its expected duration; (b) take all reasonable steps to recommence performance of its obligations under this Agreement as soon as possible, including, as applicable, abiding by the disaster plan in place for MSU. In the event that any Force Majeure Event delays a party’s performance for more than thirty (30) calendar days following notice by the delaying party pursuant to this Agreement, the other party may terminate this Agreement immediately upon written notice 22.3 This Agreement, together with any other documents incorporated herein by reference and related Exhibits and Schedules, constitutes the sole and entire agreement of the parties to this Agreement with respect to the subject matter contained herein, and supersedes all prior and contemporaneous understandings, agreements, representations and warranties, both written and oral, with respect to such subject matter. NO TERMS ON SUPPLIER’S INVOICES, WEBSITE, BROWSE-WRAP, SHRINK-WRAP, CLICK-WRAP OR OTHER NON-NEGOTIATED TERMS AND CONDITIONS PROVIDED WITH ANY OF THE SERVICES HEREUNDER WILL CONSTITUTE A PART OR AMENDMENT OF THIS AGREEMENT OR IS BINDING ON MSU FOR ANY PURPOSE. ALL SUCH OTHER TERMS AND CONDITIONS HAVE NO FORCE AND EFFECT AND ARE DEEMED REJECTED BY MSU, EVEN IF ACCESS TO OR USE OF SUCH SERVICES REQUIRES AFFIRMATIVE ACCEPTANCE OF SUCH TERMS AND CONDITIONS. 22.4 This Agreement may only be amended, modified or supplemented by an agreement in writing signed by each party hereto, and any of the terms thereof may be waived, only by a written document signed by each party to this Agreement or, in the case of waiver, by the party or parties waiving compliance. 22.5 This Agreement shall be governed by and construed in accordance with the internal laws of the State of Michigan without giving effect to any choice or conflict of law provision or rule. Each party irrevocably submits to the exclusive jurisdiction and venue of the federal and state courts located in Ingham County in the State of Michigan in any legal suit, action or proceeding arising out of or based upon this Agreement or the Services provided hereunder. 22.6 If any term or provision of this Agreement is invalid, illegal or unenforceable in any jurisdiction, such invalidity, illegality or unenforceability shall not affect any other term or provision of this Agreement or invalidate or render unenforceable such term or provision in any other jurisdiction. 22.7 This Agreement may be executed in multiple counterparts and by facsimile signature, each of which shall be deemed an original and all of which together shall constitute one instrument. IN WITNESS WHEREOF, the parties have executed this Agreement as of the Effective Date. MICHIGAN STATE UNIVERSITY [Name of Supplier] Signature: Signature: Print Name: Print Name: Title: Title: Date: Date: SCHEDULE A Statement of Work 1. General Requirements a. Actual performance of the work per this RFP and resulting agreement will be as coordinated with the MSU Office of Planning and Budgets and Integrated Design Solutions b. Unless agreed to by the University in writing, supplier agrees to a multi phased installation. i. Phase 1 (South STEM) start installation on/around February 1, 2020 and to complete installation no later than February 26, 2020. ii. Phase 2 (North STEM) start installation on/around March 1, 2020 and to complete installation no later than April 30, 2020. c. Unless University agrees in writing, shipments will be considered FOB destination d. Supplier will be responsible for all permits, labor, and materials needed to complete the work 2. Project Requirements a. Repair of damages caused by Supplier i. As construction of the building will be complete at the time of installation, Supplier will be responsible for reimbursing University for all costs incurred by University when repairing any supplier caused damaged during unloading and installation of furniture b. Removal of Waste i. Supplier shall be responsible for unpackaging and removing all packaging materials from University property at the end of each day c. All unit prices shall include delivery and installation. d. Permits i. Supplier will be responsible for all permits needed to complete the job, and these costs are included in the proposal e. Warranty i. Supplier will provide a minimum of 5 years parts and labor warranty f. Tools and Safety i. Bidder shall equip staff with tools and safety equipment to meet all applicable MIOSHA and OSHA standards. Tools or safety equipment will not be provided to the bidder unless special arrangements are approved by the University. g. Final inspection i. Prior to completion of work, supplier is required to have installation inspected and approved by MSU’s Infrastructure Planning and Facilities Department (IPF). 1. Any changes required by IPF shall be the responsibility of the supplier prior to payment being issued by University 3. Scope of Work a. Supplier shall provide all labor, materials, equipment, mobilization, demobilization, and delivery to install the below materials [list to be inserted by MSU after RFP award] Addendum #1 STEM Building Furniture Plans A. ITEMS SHOWN IN GRAYSCALE ARE FOR REFERENCE ONLY. B. COORDINATE THE INTERFACING OF ALL TRADES WITH RESPECT TO DELIVERY AND INSTALLATION OF ALL FURNITURE, FIXTURES AND EQUIPMENT C. CONTRACTOR TO FIELD VERIFY EXISTING CONDITIONS BEFORE INSTALLATION. CONSULT ARCHITECT WHEN ACTUAL FIELD CONDITIONS VARY FROM THOSE SHOWN ON CONSTRUCTION DOCUMENTS. D. COORDINATE LOCATIONS OF ALL REQUIRED UTILITIES WITH THE TRADE PROVIDING THE SAME. REFER TO MECHANICAL AND ELECTRICAL DRAWINGS FOR ADDITIONAL INFORMATION. FURNITURE FIXTURES AND EQUIPMENT PLANS GENERAL NOTES MEN'S RESTROOM 1204 ELECTRICAL 1208 VESTIBULE 1VB4 COMPUTER SCIENCE LAB 1201 CORRIDOR 1HW10 NORTH STAIR #1 SW3-1 WOMEN'S RESTROOM 1205 SINGLE OCCUPANT 1207 FACULTY TOUCHDOWN 1203 COMMONS 1200 PHYSICS LAB SUPPORT 1202A JANITOR'S CLOSET 1206 MATCH LINE F2.1A F2.1B MATCH LINE F2.1A F2.1B PHYSICS LAB 1202 (60) C1A (120) C10A (1)WS1 (12) C1A (30) T4 (60) T4 (6) T4 CORRIDOR 1HW7 (4) C9 (3)C5 (10) MM1 NORTH STAIR #2 SW4-1 ELEVATOR #1 EP1 c IDS Project Number 2018 Integrated Design Solutions, LLC Project Administrator: Project Arch/Eng: Q.M. Review: SCALE Project Designer: Drawn By: Approved: DATE LEAD MECH. CIVIL REP. S. Hopper S. Gardner CAPITAL PROJ. NO. CP17133 OF In fr a s tr u c tu re P la n n in g a n d F a c ili ti e s N O R T H 1441 west long lake, suite 200 troy, michigan 48098 5211 cascade road SE, suite 300 grand rapids, michigan 49546 248.823.2100 www.ids-troy.com APPR. J. Kasdorf ARCH. ELEC. L.A. G. Halsey D. Kinney K. Gottschalk Issued for Issue Date K. Gottschalk For Reference Only C. Lockwood INT. J. Lefevre B IM 3 6 0 :/ / M SU S T E M F a c il it y / 1 7 2 2 5 M SU S T E M T e a ch in g B ld g- A 1 8 .r vt 8 / 3 1 / 2 0 2 0 4 :1 2 :5 3 P M S T E M - A d d it io n 2 a n d R e n o v a ti o n s t o S h a w L a n e P o w e r P la n t D. Giroux B. Sundberg, M. Lauber V. Grant 17225-1000 F2.1A North STEM First Floor Furniture Plan Ellenzweig/IDSC. Azar K. Marshall 1/8" = 1'-0" Design Development 06-04-2018 DTMB 400 Draft Submittal 07-06-2018 Design Release #3C Review 08-10-2018 DR #3C Level 500 Submittal 09-04-2018 Design Release #3C Bids 09-14-2018 Design Release #5 Review 12-06-2018 DR #5 Constructability Review 01-04-2019 Design Release #5A Bids 02-06-2019 Design Release #5B Bids 05-23-2019 Design Release #9 OR 08-05-2020 Design Release #9 Bids 09-04-2020 UP 287 SF SOUTH STAIR #2 65 SF RAMP 120 SF CORRIDOR 282 SF NORTH STAIR #1 269 SF WOMEN'S RESTROOM 74 SF JANITOR'S CLOSET EAST ENTRY 411 SF ? ? LOUNGE 1100-2 SCI GALLERY INFORMATION 1102 RAMP 1HW5-1 EAST LOBBY 1120 CIRCULATION 1VB3 CIRCULATION 1103-1 VESTIBULE 1VB2 NORTH STUDENT COMMONS 1101 # OCCUPANTS: 80 CIRCULATION 1100-1 LOUNGE 1100-3 # OCCUPANTS: 30 MATCH LINE F2.1B F2.1C MATCH LINE F2.1B F2.1C MATCH LINE F2.1A F2.1B MATCH LINE F2.1A F2.1B 4'X8' 4'X8' 4'X8' 4'X8' PROPOSED MOBILE PLATFORM 32 ' - 5 3 /1 28 " 8' - 8" IDF 1220 EGRESS STAIR SW5-1 LECTURE HALL 1130 # OCCUPANTS: 225 CORRIDOR 1HW1 EGRESS STAIR SW6-1 STORAGE 1105 # OCCUPANTS: 4 PREP AREA 1104A # OCCUPANTS: 3 JAN CLO 1105A # OCCUPANTS: 1 SANITATION 1105B # OCCUPANTS: 2 RETAIL AREA 1104 # OCCUPANTS: 10 OFFICE 1110B # OCCUPANTS: 1 OFFICE 1110C # OCCUPANTS: 1 OFFICE 1110D # OCCUPANTS: 1 OFFICE 1110F # OCCUPANTS: 1 KITCHENETTE 1110H # OCCUPANTS: 1 OFFICE 1110J # OCCUPANTS: 1 OFFICE 1110K # OCCUPANTS: 1 OFFICE 1110L # OCCUPANTS: 1 OFFICE 1110M # OCCUPANTS: 1 OFFICE 1110N # OCCUPANTS: 2 CONFERENCE 1110Q # OCCUPANTS: 11 CONFERENCE 1110S # OCCUPANTS: 10 OFFICE 1110E # OCCUPANTS: 2 MEETING 1110R # OCCUPANTS: 2 OFFICE 1110P # OCCUPANTS: 1 WORKROOM 1110A # OCCUPANTS: 2 BIO SCI/UND GRAD OPEN OFFICE 1110 # OCCUPANTS: 3 A. ITEMS SHOWN IN GRAYSCALE ARE FOR REFERENCE ONLY. B. COORDINATE THE INTERFACING OF ALL TRADES WITH RESPECT TO DELIVERY AND INSTALLATION OF ALL FURNITURE, FIXTURES AND EQUIPMENT C. CONTRACTOR TO FIELD VERIFY EXISTING CONDITIONS BEFORE INSTALLATION. CONSULT ARCHITECT WHEN ACTUAL FIELD CONDITIONS VARY FROM THOSE SHOWN ON CONSTRUCTION DOCUMENTS. D. COORDINATE LOCATIONS OF ALL REQUIRED UTILITIES WITH THE TRADE PROVIDING THE SAME. REFER TO MECHANICAL AND ELECTRICAL DRAWINGS FOR ADDITIONAL INFORMATION. FURNITURE FIXTURES AND EQUIPMENT PLANS GENERAL NOTES c IDS Project Number 2018 Integrated Design Solutions, LLC Project Administrator: Project Arch/Eng: Q.M. Review: SCALE Project Designer: Drawn By: Approved: DATE LEAD MECH. CIVIL REP. S. Hopper S. Gardner CAPITAL PROJ. NO. CP17133 OF In fr a s tr u c tu re P la n n in g a n d F a c ili ti e s N O R T H 1441 west long lake, suite 200 troy, michigan 48098 5211 cascade road SE, suite 300 grand rapids, michigan 49546 248.823.2100 www.ids-troy.com APPR. J. Kasdorf ARCH. ELEC. L.A. G. Halsey D. Kinney K. Gottschalk Issued for Issue Date K. Gottschalk For Reference Only C. Lockwood INT. J. Lefevre B IM 3 6 0 :/ / M SU S T E M F a c il it y / 1 7 2 2 5 M SU S T E M T e a ch in g B ld g- A 1 8 .r vt 8 / 3 1 / 2 0 2 0 4 :1 3 :1 2 P M S T E M - A d d it io n 2 a n d R e n o v a ti o n s t o S h a w L a n e P o w e r P la n t D. Giroux B. Sundberg, M. Lauber V. Grant 17225-1000 F2.1B Shaw Power Plant First Floor Furniture Plan Ellenzweig/IDSC. Azar K. Marshall 1/8" = 1'-0" Design Development 06-04-2018 Design Release #3C Review 08-10-2018 DR #3C Level 500 Submittal 09-04-2018 Design Release #3C Bids 09-14-2018 Design Release #5 Review 12-06-2018 DR #5 Constructability Review 01-04-2019 Design Release #5A Bids 02-06-2019 Design Release #5B Bids 05-23-2019 Design Release #9 Bids 09-04-2020 F D FDFD FD FDFD FD UP FD UP FD FD F D F D UP UP SOUTH STAIR #1 SW1-1 ELECTRICAL 1005 BIOLOGY PROJECT LAB 1004 ORGANISMAL BIOLOGY LAB 1020 CELL + MOLECULAR BIOLOGY LAB 1002 BIOLOGY PROJECT LAB 1019 SINGLE OCCUPANT 1013 WOMEN'S RESTROOM 1015 IDF 1023 ELECTRICAL 1022 CORRIDOR 1HW4 BUILDING OPERATIONS SUITE 1017 BIOLOGY PREP 1008 PREP STAFF WORKSTATIONS 1007B SOUTH STAIR #2 SW2-1 ELEVATOR #2 EP2 BREAKOUT 1HW2-1A CORRIDOR 1HW2-3 CORRIDOR 1HW1-3 CORRIDOR 1HW2-1 PROJECT LAB 1001 RAMP 1HW3-1 MATCH LINE F2.1B F2.1C MATCH LINE F2.1B F2.1C (56)C2A (24)C2A (56)C2A (24)C2A CONFERENCE 1007A BREAKOUT 1HW1-2A (1)WS2 (8) C6 (7)LT1 (7)LT1 (6)LT3 (6)LT3 (8) C8 (2)T2 (3)LT3 (3)LT3 (12)LT5 (4) T4 (1)WS3 (4) C4A (3) T3 (4) T1 (12) L1A (24) C7 (12) T5 (2)T2 (3) T3 (12) L1A (18) C7 (9) T5 PERSONAL HEALTH 1012 L1A T7 (12)LT5 (4)C5 (3)C5 VESTIBULE 1VB1 EGRESS STAIR SW6-1 # OCCUPANTS: 1 RECEIVING STORAGE 1025A # OCCUPANTS: 1 CHEM STORAGE 1025AA # OCCUPANTS: 1 MUD 1026 # OCCUPANTS: 3 LOADING DOCK 1025 AIRCUITY 1018 JANITOR'S CLOSET 1014 CO2 STORAGE 1006 BIO-SCIENCE ENTRY 1007 A. ITEMS SHOWN IN GRAYSCALE ARE FOR REFERENCE ONLY. B. COORDINATE THE INTERFACING OF ALL TRADES WITH RESPECT TO DELIVERY AND INSTALLATION OF ALL FURNITURE, FIXTURES AND EQUIPMENT C. CONTRACTOR TO FIELD VERIFY EXISTING CONDITIONS BEFORE INSTALLATION. CONSULT ARCHITECT WHEN ACTUAL FIELD CONDITIONS VARY FROM THOSE SHOWN ON CONSTRUCTION DOCUMENTS. D. COORDINATE LOCATIONS OF ALL REQUIRED UTILITIES WITH THE TRADE PROVIDING THE SAME. REFER TO MECHANICAL AND ELECTRICAL DRAWINGS FOR ADDITIONAL INFORMATION. FURNITURE FIXTURES AND EQUIPMENT PLANS GENERAL NOTES c IDS Project Number 2018 Integrated Design Solutions, LLC Project Administrator: Project Arch/Eng: Q.M. Review: SCALE Project Designer: Drawn By: Approved: DATE LEAD MECH. CIVIL REP. S. Hopper S. Gardner CAPITAL PROJ. NO. CP17133 OF In fr a s tr u c tu re P la n n in g a n d F a c ili ti e s N O R T H 1441 west long lake, suite 200 troy, michigan 48098 5211 cascade road SE, suite 300 grand rapids, michigan 49546 248.823.2100 www.ids-troy.com APPR. J. Kasdorf ARCH. ELEC. L.A. G. Halsey D. Kinney K. Gottschalk Issued for Issue Date K. Gottschalk For Reference Only C. Lockwood INT. J. Lefevre B IM 3 6 0 :/ / M SU S T E M F a c il it y / 1 7 2 2 5 M SU S T E M T e a ch in g B ld g- A 1 8 .r vt 8 / 3 1 / 2 0 2 0 4 :1 3 :2 7 P M S T E M - A d d it io n 2 a n d R e n o v a ti o n s t o S h a w L a n e P o w e r P la n t D. Giroux B. Sundberg, M. Lauber V. Grant 17225-1000 F2.1C South STEM First Floor Furniture Plan Ellenzweig/IDSC. Azar K. Marshall 1/8" = 1'-0" Design Development 06-04-2018 DTMB 400 Draft Submittal 07-06-2018 Design Release #3C Review 08-10-2018 DR #3C Level 500 Submittal 09-04-2018 Design Release #3C Bids 09-14-2018 Design Release #5 Review 12-06-2018 DR #5 Constructability Review 01-04-2019 Design Release #5A Bids 02-06-2019 Design Release #5B Bids 05-23-2019 Design Release #9 OR 08-05-2020 Design Release #9 Bids 09-04-2020 COMPUTER SCIENCE LAB 2201 NORTH STAIR #1 SW3-2 CORRIDOR 2HW5 MEETING ROOM 2103A RAMP 2HW9 SINGLE OCCUPANT 2207 WOMEN'S RESTROOM 2205 MEN'S RESTROOM 2204 ELECTRICAL 2208 ? ? MATCH LINE F2.2A F2.2B MATCH LINE F2.1A F2.1B (60) C1B (120) C10B (1)WS4 (12) C1B PHYSICS LAB 2202 BREAK OUT 2210 FACULTY TOUCHDOWN 2203 BREAKOUT 2HW6-3A (8)L1B (4) C9 CORRIDOR 2HW7 (4)T6 (2)C5 (30) T4 (10) MM1 (60) T4 (6) T4 # OCCUPANTS: 1 LAB STORAGE 2201A CORRIDOR 2HW10 ELEVATOR #1 EP1 IDF 2220 JANITOR'S CLOSET 2206 # OCCUPANTS: 3 PHYSICS LAB SUPPORT 2202A NORTH STAIR #2 SW4-2 A. ITEMS SHOWN IN GRAYSCALE ARE FOR REFERENCE ONLY. B. COORDINATE THE INTERFACING OF ALL TRADES WITH RESPECT TO DELIVERY AND INSTALLATION OF ALL FURNITURE, FIXTURES AND EQUIPMENT C. CONTRACTOR TO FIELD VERIFY EXISTING CONDITIONS BEFORE INSTALLATION. CONSULT ARCHITECT WHEN ACTUAL FIELD CONDITIONS VARY FROM THOSE SHOWN ON CONSTRUCTION DOCUMENTS. D. COORDINATE LOCATIONS OF ALL REQUIRED UTILITIES WITH THE TRADE PROVIDING THE SAME. REFER TO MECHANICAL AND ELECTRICAL DRAWINGS FOR ADDITIONAL INFORMATION. FURNITURE FIXTURES AND EQUIPMENT PLANS GENERAL NOTES c IDS Project Number 2018 Integrated Design Solutions, LLC Project Administrator: Project Arch/Eng: Q.M. Review: SCALE Project Designer: Drawn By: Approved: DATE LEAD MECH. CIVIL REP. S. Hopper S. Gardner CAPITAL PROJ. NO. CP17133 OF In fr a s tr u c tu re P la n n in g a n d F a c ili ti e s N O R T H 1441 west long lake, suite 200 troy, michigan 48098 5211 cascade road SE, suite 300 grand rapids, michigan 49546 248.823.2100 www.ids-troy.com APPR. J. Kasdorf ARCH. ELEC. L.A. G. Halsey D. Kinney K. Gottschalk Issued for Issue Date K. Gottschalk For Reference Only C. Lockwood INT. J. Lefevre B IM 3 6 0 :/ / M SU S T E M F a c il it y / 1 7 2 2 5 M SU S T E M T e a ch in g B ld g- A 1 8 .r vt 8 / 3 1 / 2 0 2 0 4 :1 3 :3 8 P M S T E M - A d d it io n 2 a n d R e n o v a ti o n s t o S h a w L a n e P o w e r P la n t D. Giroux B. Sundberg, M. Lauber V. Grant 17225-1000 F2.2A North STEM Second Floor Furniture Plan Ellenzweig/IDSC. Azar K. Marshall 1/8" = 1'-0" Design Development 06-04-2018 DTMB 400 Draft Submittal 07-06-2018 Design Release #3C Review 08-10-2018 DR #3C Level 500 Submittal 09-04-2018 Design Release #3C Bids 09-14-2018 Design Release #5 Review 12-06-2018 DR #5 Constructability Review 01-04-2019 Design Release #5A Bids 02-06-2019 Design Release #5B Bids 05-23-2019 Design Release #9 OR 08-05-2020 Design Release #9 Bids 09-04-2020 UP SOUTH STAIR #2 SW2-2 CORRIDOR 2HW1 WOMEN'S RESTROOM 2205 NORTH STAIR #1 SW3-2 DUCT SHAFT 21-?8 RAMP 2HW9 CORRIDOR 2HW5 IDEA SPACE 2101 MEETING ROOM 2103A WORKSPACE 2103-1 HUB ENTRY 2100 CORRIDOR 2HW3 RECEPTION AREA 2103 LOUNGE 2120-1 CIRCULATION 2120 MATCH LINE F2.2B F2.2C MATCH LINE F2.2B F2.2C MATCH LINE F2.2A F2.2B MATCH LINE F2.2A F2.2B PROJECT ROOM 2101A # OCCUPANTS: 4 CIRCULATION 2103-2 CONFERENCE 2104 # OCCUPANTS: 11 IDEA SPACE 2102 # OCCUPANTS: 20 KITCHENETTE 2105 # OCCUPANTS: 3 WORK ROOM 2105-1 # OCCUPANTS: 2 CONFERENCE ROOM 2108G # OCCUPANTS: 7 PROJECT ROOM 2108F # OCCUPANTS: 4 OFFICE 2108A # OCCUPANTS: 4 OFFICE 2108B # OCCUPANTS: 4 FLEX SPACE 2110 # OCCUPANTS: 40 WORKSPACE 2110A # OCCUPANTS: 12 HEADS DOWN 2110AA # OCCUPANTS: 1 HEADS DOWN 2110AB # OCCUPANTS: 1 EXISTING FULL HEIGHT CRANE COLUMN EXISTING FULL HEIGHT CRANE COLUMN 3' - 0 1/4" 3' - 0" 3' - 0 3/8" 3' - 0 1/2" 7' - 2 3/8" 7' - 8 3/4" 7' - 2 1/2" 7' - 8 5/8" (2) MB2 3' - 1 1/8" 3' - 1 5/8" A. ITEMS SHOWN IN GRAYSCALE ARE FOR REFERENCE ONLY. B. COORDINATE THE INTERFACING OF ALL TRADES WITH RESPECT TO DELIVERY AND INSTALLATION OF ALL FURNITURE, FIXTURES AND EQUIPMENT C. CONTRACTOR TO FIELD VERIFY EXISTING CONDITIONS BEFORE INSTALLATION. CONSULT ARCHITECT WHEN ACTUAL FIELD CONDITIONS VARY FROM THOSE SHOWN ON CONSTRUCTION DOCUMENTS. D. COORDINATE LOCATIONS OF ALL REQUIRED UTILITIES WITH THE TRADE PROVIDING THE SAME. REFER TO MECHANICAL AND ELECTRICAL DRAWINGS FOR ADDITIONAL INFORMATION. FURNITURE FIXTURES AND EQUIPMENT PLANS GENERAL NOTES c IDS Project Number 2018 Integrated Design Solutions, LLC Project Administrator: Project Arch/Eng: Q.M. Review: SCALE Project Designer: Drawn By: Approved: DATE LEAD MECH. CIVIL REP. S. Hopper S. Gardner CAPITAL PROJ. NO. CP17133 OF In fr a s tr u c tu re P la n n in g a n d F a c ili ti e s N O R T H 1441 west long lake, suite 200 troy, michigan 48098 5211 cascade road SE, suite 300 grand rapids, michigan 49546 248.823.2100 www.ids-troy.com APPR. J. Kasdorf ARCH. ELEC. L.A. G. Halsey D. Kinney K. Gottschalk Issued for Issue Date K. Gottschalk For Reference Only C. Lockwood INT. J. Lefevre B IM 3 6 0 :/ / M SU S T E M F a c il it y / 1 7 2 2 5 M SU S T E M T e a ch in g B ld g- A 1 8 .r vt 8 / 3 1 / 2 0 2 0 4 :1 3 :5 1 P M S T E M - A d d it io n 2 a n d R e n o v a ti o n s t o S h a w L a n e P o w e r P la n t D. Giroux B. Sundberg, M. Lauber V. Grant 17225-1000 F2.2B Shaw Power Plant Second Floor Furniture Plan Ellenzweig/IDSC. Azar K. Marshall 1/8" = 1'-0" Design Development 06-04-2018 Design Release #3C Review 08-10-2018 DR #3C Level 500 Submittal 09-04-2018 Design Release #3C Bids 09-14-2018 Design Release #5 Review 12-06-2018 DR #5 Constructability Review 01-04-2019 Design Release #5A Bids 02-06-2019 Design Release #5B Bids 05-23-2019 Design Release #9 Bids 09-04-2020 F D FD FDFD FDFD FD UP FD FD FD FD GENERAL CHEMISTRY LAB 2002 GENERAL CHEMISTRY LAB 2020 MATERIAL SCIENCE DIRTY 2019A DIDACTIC MATERIAL SCIENCE LAB 2004 MEN'S RESTROOM 2011 DUCT SHAFT 23-?5 DUCT SHAFT 23-?4 WOMEN'S RESTROOM 2015 RO SYSTEM 2017 ADVANCED MATERIAL SCIENCE DIRTY 2016 SATELLITE CHEMISTRY PREP 2009 OFFICE TOUCHDOWN 2007 ELECTRICAL 2005 PROJECT LAB 2001 DUCT SHAFT 23-?1 SOUTH STAIR #2 SW2-2 ELECTRICAL 2022 CORRIDOR 2HW1 BREAKOUT 2HW2-A BREAKOUT 2HW2-3A CORRIDOR 2HW2-3 CORRIDOR 2HW2-2 CORRIDOR 2HW1-1 BREAKOUT 2HW2-1A CORRIDOR 2HW2-1 IDF 2023 SINGLE OCCUPANT 2013 MATCH LINE F2.2B F2.2C MATCH LINE F2.2B F2.2C (24)C1B (8)C5 (24)C1B DIDACTIC ADVANCED MATERIAL SCIENCE LAB 2010 (40)C4B (40)C4B (6)LT3 (6)LT3 (5)LT3 (3)LT3 (4) C4B (2)T2 (3) T3 (4) T1 (10) L1B (24) C7 (12) T5 (2)T2 (3) T3 (12) L1B (18) C7 (9) T5 (4)T9 PERSONAL HEALTH 2024 (1)WS5 (10)LT2 (10)LT2 (4)T9 C9 T7 (8) C8 # OCCUPANTS: 1 LAB STORAGE 2001A CORRIDOR 2HW4 ELEVATOR #2 EP2 ELECTRICAL 2025 SOUTH STAIR #1 SW1-2 CO2 STORAGE 2006 JANITOR'S CLOSET 2008 A. ITEMS SHOWN IN GRAYSCALE ARE FOR REFERENCE ONLY. B. COORDINATE THE INTERFACING OF ALL TRADES WITH RESPECT TO DELIVERY AND INSTALLATION OF ALL FURNITURE, FIXTURES AND EQUIPMENT C. CONTRACTOR TO FIELD VERIFY EXISTING CONDITIONS BEFORE INSTALLATION. CONSULT ARCHITECT WHEN ACTUAL FIELD CONDITIONS VARY FROM THOSE SHOWN ON CONSTRUCTION DOCUMENTS. D. COORDINATE LOCATIONS OF ALL REQUIRED UTILITIES WITH THE TRADE PROVIDING THE SAME. REFER TO MECHANICAL AND ELECTRICAL DRAWINGS FOR ADDITIONAL INFORMATION. FURNITURE FIXTURES AND EQUIPMENT PLANS GENERAL NOTES c IDS Project Number 2018 Integrated Design Solutions, LLC Project Administrator: Project Arch/Eng: Q.M. Review: SCALE Project Designer: Drawn By: Approved: DATE LEAD MECH. CIVIL REP. S. Hopper S. Gardner CAPITAL PROJ. NO. CP17133 OF In fr a s tr u c tu re P la n n in g a n d F a c ili ti e s N O R T H 1441 west long lake, suite 200 troy, michigan 48098 5211 cascade road SE, suite 300 grand rapids, michigan 49546 248.823.2100 www.ids-troy.com APPR. J. Kasdorf ARCH. ELEC. L.A. G. Halsey D. Kinney K. Gottschalk Issued for Issue Date K. Gottschalk For Reference Only C. Lockwood INT. J. Lefevre B IM 3 6 0 :/ / M SU S T E M F a c il it y / 1 7 2 2 5 M SU S T E M T e a ch in g B ld g- A 1 8 .r vt 8 / 3 1 / 2 0 2 0 4 :1 4 :0 2 P M S T E M - A d d it io n 2 a n d R e n o v a ti o n s t o S h a w L a n e P o w e r P la n t D. Giroux B. Sundberg, M. Lauber V. Grant 17225-1000 F2.2C South STEM Second Floor Furniture Plan Ellenzweig/IDSC. Azar K. Marshall 1/8" = 1'-0" Design Development 06-04-2018 DTMB 400 Draft Submittal 07-06-2018 Design Release #3C Review 08-10-2018 DR #3C Level 500 Submittal 09-04-2018 Design Release #3C Bids 09-14-2018 Design Release #5 Review 12-06-2018 DR #5 Constructability Review 01-04-2019 Design Release #5A Bids 02-06-2019 Design Release #5B Bids 05-23-2019 Design Release #9 OR 08-05-2020 Design Release #9 Bids 09-04-2020 UP IDF 3220SHAFT 31-?1 LAB STORAGE 3201A NORTH STAIR #1 SW3-3 COMPUTER SCIENCE LAB 3201 MATCH LINE F2.3A F2.3B MATCH LINE F2.3A F2.3B (60) C1C (120) C10C (1)WS6 (8)L1C PHYSICS LAB 3202 BREAKOUT 3HW6-3A FACULTY TOUCHDOWN 3203(4) C9 CORRIDOR 3HW7 (4)T6 (12) C1C # OCCUPANTS: 30 BREAKOUT 3210 (2)C5 (30) T4 (10) MM1 (60) T4 (6) T4 ELEVATOR #1 CONTROL ROOM 3221 ELEVATOR #1 EP1 ROOF ACCESS 3220A ELECTRICAL 3208 SINGLE OCCUPANT 3207 JANITOR'S CLOSET 3206 WOMEN'S RESTROOM 3205 MEN'S RESTROOM 3204 NORTH STAIR #2 SW4-3 # OCCUPANTS: 3 PHYSICS LAB SUPPORT 3202A A. ITEMS SHOWN IN GRAYSCALE ARE FOR REFERENCE ONLY. B. COORDINATE THE INTERFACING OF ALL TRADES WITH RESPECT TO DELIVERY AND INSTALLATION OF ALL FURNITURE, FIXTURES AND EQUIPMENT C. CONTRACTOR TO FIELD VERIFY EXISTING CONDITIONS BEFORE INSTALLATION. CONSULT ARCHITECT WHEN ACTUAL FIELD CONDITIONS VARY FROM THOSE SHOWN ON CONSTRUCTION DOCUMENTS. D. COORDINATE LOCATIONS OF ALL REQUIRED UTILITIES WITH THE TRADE PROVIDING THE SAME. REFER TO MECHANICAL AND ELECTRICAL DRAWINGS FOR ADDITIONAL INFORMATION. FURNITURE FIXTURES AND EQUIPMENT PLANS GENERAL NOTES c IDS Project Number 2018 Integrated Design Solutions, LLC Project Administrator: Project Arch/Eng: Q.M. Review: SCALE Project Designer: Drawn By: Approved: DATE LEAD MECH. CIVIL REP. S. Hopper S. Gardner CAPITAL PROJ. NO. CP17133 OF In fr a s tr u c tu re P la n n in g a n d F a c ili ti e s N O R T H 1441 west long lake, suite 200 troy, michigan 48098 5211 cascade road SE, suite 300 grand rapids, michigan 49546 248.823.2100 www.ids-troy.com APPR. J. Kasdorf ARCH. ELEC. L.A. G. Halsey D. Kinney K. Gottschalk Issued for Issue Date K. Gottschalk For Reference Only C. Lockwood INT. J. Lefevre B IM 3 6 0 :/ / M SU S T E M F a c il it y / 1 7 2 2 5 M SU S T E M T e a ch in g B ld g- A 1 8 .r vt 8 / 3 1 / 2 0 2 0 4 :1 4 :1 2 P M S T E M - A d d it io n 2 a n d R e n o v a ti o n s t o S h a w L a n e P o w e r P la n t D. Giroux B. Sundberg, M. Lauber V. Grant 17225-1000 F2.3A North STEM Third Floor Furniture Plan Ellenzweig/IDSC. Azar K. Marshall 1/8" = 1'-0" Design Development 06-04-2018 DTMB 400 Draft Submittal 07-06-2018 Design Release #3C Review 08-10-2018 DR #3C Level 500 Submittal 09-04-2018 Design Release #3C Bids 09-14-2018 Design Release #5 Review 12-06-2018 DR #5 Constructability Review 01-04-2019 Design Release #5A Bids 02-06-2019 Design Release #5B Bids 05-23-2019 Design Release #9 OR 08-05-2020 Design Release #9 Bids 09-04-2020 UP UP SHAFT 31-?1 # OCCUPANTS: 1 LAB STORAGE 3201A NORTH STAIR #1 SW3-3 IDF 3220 CIRCULATION 3HW5 ENTRY/RECEPTION 3100-2 # OCCUPANTS: 2 RESOURCE ZONE 3104 # OCCUPANTS: 2 CIRCULATION 3104-1 ? ? # OCCUPANTS: ? COLLABORATION ALCOVE 3103 # OCCUPANTS: 6 BREAKOUT AREA 3102-2A # OCCUPANTS: 8 CIRCULATION 3100-3 HELP CENTER - WEST 3100 # OCCUPANTS: 65 ENTRY/RECEPTION 3100-1 # OCCUPANTS: 2 CIRCULATION 3HW3SOUTH STAIR #2 SW2-3 CORRIDOR 3HW1 HEADS DOWN 3106 # OCCUPANTS: 2 HEADS DOWN 3107 # OCCUPANTS: 4 CIRCULATION 3106-1 BREAKOUT AREA 3106-1A # OCCUPANTS: 7 HELP CENTER - SOUTH EAST 3102-1 # OCCUPANTS: 5 BREAKOUT AREA 3102-2B # OCCUPANTS: 8 CIRCULATION 3102-2? ? # OCCUPANTS: ? HELP CENTER - EAST 3102 # OCCUPANTS: 63 MATCH LINE F2.3B F2.3C MATCH LINE F2.3B F2.3C MATCH LINE F2.3A F2.3B MATCH LINE F2.3A F2.3B 1' - 7" HEADS DOWN 3105 # OCCUPANTS: 2 ROOF ACCESS 3102-3 # OCCUPANTS: 4 TEACHER ASSISTANTS 3108 6' - 0 7/8" A. ITEMS SHOWN IN GRAYSCALE ARE FOR REFERENCE ONLY. B. COORDINATE THE INTERFACING OF ALL TRADES WITH RESPECT TO DELIVERY AND INSTALLATION OF ALL FURNITURE, FIXTURES AND EQUIPMENT C. CONTRACTOR TO FIELD VERIFY EXISTING CONDITIONS BEFORE INSTALLATION. CONSULT ARCHITECT WHEN ACTUAL FIELD CONDITIONS VARY FROM THOSE SHOWN ON CONSTRUCTION DOCUMENTS. D. COORDINATE LOCATIONS OF ALL REQUIRED UTILITIES WITH THE TRADE PROVIDING THE SAME. REFER TO MECHANICAL AND ELECTRICAL DRAWINGS FOR ADDITIONAL INFORMATION. FURNITURE FIXTURES AND EQUIPMENT PLANS GENERAL NOTES c IDS Project Number 2018 Integrated Design Solutions, LLC Project Administrator: Project Arch/Eng: Q.M. Review: SCALE Project Designer: Drawn By: Approved: DATE LEAD MECH. CIVIL REP. S. Hopper S. Gardner CAPITAL PROJ. NO. CP17133 OF In fr a s tr u c tu re P la n n in g a n d F a c ili ti e s N O R T H 1441 west long lake, suite 200 troy, michigan 48098 5211 cascade road SE, suite 300 grand rapids, michigan 49546 248.823.2100 www.ids-troy.com APPR. J. Kasdorf ARCH. ELEC. L.A. G. Halsey D. Kinney K. Gottschalk Issued for Issue Date K. Gottschalk For Reference Only C. Lockwood INT. J. Lefevre B IM 3 6 0 :/ / M SU S T E M F a c il it y / 1 7 2 2 5 M SU S T E M T e a ch in g B ld g- A 1 8 .r vt 8 / 3 1 / 2 0 2 0 4 :1 4 :2 3 P M S T E M - A d d it io n 2 a n d R e n o v a ti o n s t o S h a w L a n e P o w e r P la n t D. Giroux B. Sundberg, M. Lauber V. Grant 17225-1000 F2.3B Shaw Power Plant Third Floor Furniture Plan Ellenzweig/IDSC. Azar K. Marshall 1/8" = 1'-0" Design Development 06-04-2018 Design Release #3C Review 08-10-2018 DR #3C Level 500 Submittal 09-04-2018 Design Release #3C Bids 09-14-2018 Design Release #5 Review 12-06-2018 DR #5 Constructability Review 01-04-2019 Design Release #5A Bids 02-06-2019 Design Release #5B Bids 05-23-2019 Design Release #9 Bids 09-04-2020 FD F D F D FDFD FDFD FD FD F D UP F D GENERAL CHEMISTRY LAB 3002 GENERAL CHEMISTRY LAB 3020 ORGANIC CHEMISTRY 255 LAB 3004 WOMEN'S RESTROOM 3015 SHAFT 33-?4 JANITOR'S CLOSET 3009 SHAFT 33-?5 MEN'S RESTROOM 3012 CHEMISTRY PREP 3011 SHOWER ROOM 3011A OFFICE 3008SOUTH STAIR #1 SW1-3 ELECTRICAL 3005 ELECTRICAL 3022 SHAFT 33-?1 ORGANIC CHEMISTRY 143 LAB 3001 SOUTH STAIR #2 SW2-3 CORRIDOR 3HW1 CORRIDOR 3HW1-1 BREAKOUT 3HW2-3A CORRIDOR 3HW2-3 BREAKOUT 3HW2-A CORRIDOR 3HW2-1 BREAKOUT 3HW2-1A CORRIDOR 3HW2-2 IDF 3023 LAB STORAGE 3001A TEACHER ASSISTANTS 3108 OFFICE MEETING ROOM 3008A MATCH LINE F2.3B F2.3C MATCH LINE F2.3B F2.3C (4)C5 (40)C1C (40)C4C (40)C4C (6)LT3 (6)LT3 (5) C4C (2)T2 (3) T3 (4) T1 (12) L1C (24) C7 (12) T5 (2)T2 (3) T3 (12) L1C (18) C7 (9) T5 (4)L1C (2)T5 PERSONAL HEALTH 3024 C9 T7 (4) T8 (8) C1C (10) LT6 (1)WS7 (4)C8 (2) T1 (10)LT2 (10)LT2 (10)LT3 (10)LT3 (6)LT3 (3)CIC (8) C8 ELEVATOR #2 EP2 CO2 STORAGE 3006 CYLINDER STORAGE 3007 ICE 3010 SINGLE OCCUPANT 3013 AIRCUITY 3018 A. ITEMS SHOWN IN GRAYSCALE ARE FOR REFERENCE ONLY. B. COORDINATE THE INTERFACING OF ALL TRADES WITH RESPECT TO DELIVERY AND INSTALLATION OF ALL FURNITURE, FIXTURES AND EQUIPMENT C. CONTRACTOR TO FIELD VERIFY EXISTING CONDITIONS BEFORE INSTALLATION. CONSULT ARCHITECT WHEN ACTUAL FIELD CONDITIONS VARY FROM THOSE SHOWN ON CONSTRUCTION DOCUMENTS. D. COORDINATE LOCATIONS OF ALL REQUIRED UTILITIES WITH THE TRADE PROVIDING THE SAME. REFER TO MECHANICAL AND ELECTRICAL DRAWINGS FOR ADDITIONAL INFORMATION. FURNITURE FIXTURES AND EQUIPMENT PLANS GENERAL NOTES c IDS Project Number 2018 Integrated Design Solutions, LLC Project Administrator: Project Arch/Eng: Q.M. Review: SCALE Project Designer: Drawn By: Approved: DATE LEAD MECH. CIVIL REP. S. Hopper S. Gardner CAPITAL PROJ. NO. CP17133 OF In fr a s tr u c tu re P la n n in g a n d F a c ili ti e s N O R T H 1441 west long lake, suite 200 troy, michigan 48098 5211 cascade road SE, suite 300 grand rapids, michigan 49546 248.823.2100 www.ids-troy.com APPR. J. Kasdorf ARCH. ELEC. L.A. G. Halsey D. Kinney K. Gottschalk Issued for Issue Date K. Gottschalk For Reference Only C. Lockwood INT. J. Lefevre B IM 3 6 0 :/ / M SU S T E M F a c il it y / 1 7 2 2 5 M SU S T E M T e a ch in g B ld g- A 1 8 .r vt 8 / 3 1 / 2 0 2 0 4 :1 4 :3 4 P M S T E M - A d d it io n 2 a n d R e n o v a ti o n s t o S h a w L a n e P o w e r P la n t D. Giroux B. Sundberg, M. Lauber V. Grant 17225-1000 F2.3C South STEM Third Floor Furniture Plan Ellenzweig/IDSC. Azar K. Marshall 1/8" = 1'-0" Design Development 06-04-2018 DTMB 400 Draft Submittal 07-06-2018 Design Release #3C Review 08-10-2018 DR #3C Level 500 Submittal 09-04-2018 Design Release #3C Bids 09-14-2018 Design Release #5 Review 12-06-2018 DR #5 Constructability Review 01-04-2019 Design Release #5A Bids 02-06-2019 Design Release #5B Bids 05-23-2019 Design Release #9 OR 08-05-2020 Design Release #9 Bids 09-04-2020 UP UP STUDIO RESOURCE 4101 ENTRY/RECEPTION 4HW6 OPEN STUDIO 4102 OPEN STUDIO 4103 ENCLOSED STUDIO 4103A OPEN STUDIO 4105 OPEN STUDIO 4104 OPEN STUDIO 4106 CIRCULATION 4108-2 STUDIO RESOURCE 4108-1 IDF ROOM 4107 CIRCULATION 4HW3 STUDIO WORK AREA 4100 ENTRY/RECEPTION 4108 CIRCULATION 4HW4 ENCLOSED STUDIO 4105A MATCH LINE F2.4B -- MATCH LINE F2.4B -- MATCH LINE -- F2.4B MATCH LINE -- F2.4B (6)WB1 (5)S1 (6)WB1 (5)S1 (6)WB1 (5)S1 WB3 WB3 WB3 WB2 WB2 WB3 WB3 NORTH STAIR #1 SW3-4 SOUTH STAIR #2 SW2-2 A. ITEMS SHOWN IN GRAYSCALE ARE FOR REFERENCE ONLY. B. COORDINATE THE INTERFACING OF ALL TRADES WITH RESPECT TO DELIVERY AND INSTALLATION OF ALL FURNITURE, FIXTURES AND EQUIPMENT C. CONTRACTOR TO FIELD VERIFY EXISTING CONDITIONS BEFORE INSTALLATION. CONSULT ARCHITECT WHEN ACTUAL FIELD CONDITIONS VARY FROM THOSE SHOWN ON CONSTRUCTION DOCUMENTS. D. COORDINATE LOCATIONS OF ALL REQUIRED UTILITIES WITH THE TRADE PROVIDING THE SAME. REFER TO MECHANICAL AND ELECTRICAL DRAWINGS FOR ADDITIONAL INFORMATION. FURNITURE FIXTURES AND EQUIPMENT PLANS GENERAL NOTES c IDS Project Number 2018 Integrated Design Solutions, LLC Project Administrator: Project Arch/Eng: Q.M. Review: SCALE Project Designer: Drawn By: Approved: DATE LEAD MECH. CIVIL REP. S. Hopper S. Gardner CAPITAL PROJ. NO. CP17133 OF In fr a s tr u c tu re P la n n in g a n d F a c ili ti e s N O R T H 1441 west long lake, suite 200 troy, michigan 48098 5211 cascade road SE, suite 300 grand rapids, michigan 49546 248.823.2100 www.ids-troy.com APPR. J. Kasdorf ARCH. ELEC. L.A. G. Halsey D. Kinney K. Gottschalk Issued for Issue Date K. Gottschalk For Reference Only C. Lockwood INT. J. Lefevre B IM 3 6 0 :/ / M SU S T E M F a c il it y / 1 7 2 2 5 M SU S T E M T e a ch in g B ld g- A 1 8 .r vt 8 / 3 1 / 2 0 2 0 4 :1 4 :4 4 P M S T E M - A d d it io n 2 a n d R e n o v a ti o n s t o S h a w L a n e P o w e r P la n t D. Giroux B. Sundberg, M. Lauber V. Grant 17225-1000 F2.4B Shaw Power Plant Fourth Floor Furniture Plan Ellenzweig/IDSC. Azar K. Marshall 1/8" = 1'-0" Design Development 06-04-2018 Design Release #3C Review 08-10-2018 DR #3C Level 500 Submittal 09-04-2018 Design Release #3C Bids 09-14-2018 Design Release #5 Review 12-06-2018 DR #5 Constructability Review 01-04-2019 Design Release #5A Bids 02-06-2019 Design Release #5B Bids 05-23-2019 Design Release #9 Bids 09-04-2020 REV NOTES DWN DATE 1 REVISED CONCEPTUAL LF 6/30/2020 RENDERED IMAGE OVERALL LAYOUT 1/4" = 1' MEN'S RESTROOM 1204 FACULTY TOUCHDOWN 1203 (120) C1A 1HW7-B BREAKOUT (3)C5 (1)WS1 (2)L1 (1)T1 (60) T10 8' - 8 1/4" SALES REP.: SHEET NO: PROJECT COORDINATOR: 912 E. MICHIGAN AVE. LANSING, MI TEL (517) 485-3200 DRAWING TITLE ID 6/30/2020 DESIGNER: CONCEPTUAL LAYOUT 1ST FLOOR - NORTH- OFFICE SITE ADDRESS START DATE: 1. DO NOT SCALE DRAWING 2. PRODUCT LABELED N.I.C WILL NOT BE PROVIDED BY DBI 3. DRAWING AND MATERIAL PRESENTED IS THE PROPERTY OF DBI AND MAY NOT BE DUPLICATED, USED OR DISCLOSED WITHOUT THE WRITTEN CONSENT OF DBI 4. ALL DIMENSIONS AND ELECTRICAL MUST BE VERIFIED BEFORE AN ORDER IS PLACED 5. PRODUCT DIMENSIONS SHOWN ARE NOMINAL. STANDARD MANUFACTURING TOLERANCES SHALL APPLY 6. IF NOTED IN THE DIMENSION LINE "HOLD TO", THESE MEASURMENTS SHOULD BE ADHERED TO DUE TO THE PRODUCT SPECIFICATIONS BASED ON THESE DIMENSIONS. 7. ORDERS WILL NOT PLACED UNTIL ALL DRAWINGS AND PRODUCT SIGN-OFFS ARE RETURNED SIGNED 8. DBI RESERVES THE RIGHT TO CHANGE PRODUCT SECTION DETAILS WITHOUT NOTICE 9. ALL SPACES SHOULD BE CLEAR AND READY UNLESS OTHERWISE NOTED ON THE DRAWING PROJECT TICKET NO: PRINT DATE: AUTHORIZED SIGNING OFFICER DATE LOCATION 06.19.2020 PROJECT NO.: THIS DRAWING REPRESENTS DBI'S INTERPRETATION OF THE DESIGN INTENT AND WILL BE USED FOR THE PURPOSE OF CREATING A DETAILED PRODUCT SPECIFICATION FILE (SIF). THE DETAIL AND SCOPE IN THESE DRAWINGS REPRESENT THE PRODUCT THAT WILL BE DELIVERED TO SITE. ALL ADDITIONS, CHANGES, OR DEVIATIONS FROM THIS APPROVAL DRAWING WILL BE REGARDED AS A CHANGE ORDER AND PROCESSED ACCORDINGLY. APPROVAL OF THIS DRAWING PACKAGE IS ONE OF THE CONDITIONS PRECEDENT TO THE COMMENCEMENT OF GENERATING A PROJECT SIF. GENERAL NOTES PROJECT MANAGER: REVISIONS MSU STEM 1/7 1ST, 2ND, 3RD FLOORS P.McMANUS J.SELLERS L.FEDOROFF 20216 [E] SOJI ERGONOMIC TASK CHAIRELECTRIC HEIGHT ADJUSTABLE TABLE INTEGRATED STORAGE CREDENZA [C] [E] DESKTOP POWER MODULE [A] [D] REVISED, RESUBMIT [A] PRIVACY PANEL[B] [C] [B] [D] APPROVED, AS NOTED PERSONAL STORAGE WARDROBE APPROVED DRAWING PACKAGE [F] [F] CLIENT APPROVAL Addendum #2 DBI Quote #265775 912 East Michigan Avenue, Lansing, Michigan 48912 Ph 517.485.3200 or 800.968.1324 Fx 517.485.3202 PROJECT LOCATION: PROJECT CONTACT: EMILY TREVARROW MSU - STEM Building PROJECT NAME: STEM Building / Workstation Furniture designs TBD EAST LANSING MI 48224 Qty 1 1 1 1 1 1 1 1 South Office 1 3 South Office Haworth Height Adjustable Table, Conference Table, Power, DATE DBI CONTACT CUSTOMER REF# 07/02/20 PATTI McMANUS 256775 Description 1 North Office Haworth Height Adjustable tables, Power, Storage & Seating 2 South Benching Storage & Seating Haworth Intuity Benching Systems 3 North Office Haworth Height Adjustable Tables, Power, Storage & Seating 2 North Office Haworth Height Adjustable Tables, Power, Storage & Seating Haworth Height Adjustable tables, Power, Storage & Seating 1 South Office 2 Haworth Height Adjustable Tables, Power, Storage & Seating REV NOTES DWN DATE 1 REVISED CONCEPTUAL LF 6/30/2020 OVERALL LAYOUT 1/8" = 1' RENDERED IMAGE FD FD OCCUPANT BUILDING OPERATIONS SUITE 1017 (4) C5 (1)WS3 3' -5 -3 /8 " [ 41 "] 912 E. MICHIGAN AVE. LANSING, MI TEL (517) 485-3200

Angell Building 166 Service Rd. East Lansing, MI 48824Location

Address: Angell Building 166 Service Rd. East Lansing, MI 48824

Country : United StatesState : Michigan

You may also like

Culture & Recreation Projects Task Order Contract for Complete Architectural and Engineering Services

Due: 12 Dec, 2024 (in 7 months)Agency: Department of General Services

BUILDING SERVICES EQUIPMENT

Due: 30 Nov, 2025 (in 19 months)Agency: Alachua County Public Schools

Buildings of Excellence - Early Design Support

Due: 28 Jun, 2024 (in 2 months)Agency: New York State

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.